Q515--Medical Technologists On-Site Services TVHS
ID: 36C24924R0097Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- PATHOLOGY (Q515)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Medical Technologist and Technician services for the Tennessee Valley Healthcare System VA Medical Center. The contract, identified as 36C24924R0097, will support staffing needs at the Nashville and Alvin C. York campuses, with specific requirements for weekday, holiday, and weekend shifts. This procurement is crucial for ensuring the delivery of high-quality healthcare services to veterans, with a projected total award amount of approximately $41.5 million for the contract period from November 20, 2024, to November 19, 2025, including options for extension. Interested parties should contact Contract Specialist Melvin Cole at melvin.cole@va.gov for further details and must adhere to all outlined compliance and documentation requirements in the attached RFP.

    Point(s) of Contact
    Melvin ColeContract Specialist
    melvin.cole@va.gov
    Files
    Title
    Posted
    The Tennessee Valley Healthcare System (TVHS) is soliciting proposals for on-site Medical Technologist or Medical Laboratory Technician Services. The presolicitation notice, identified with solicitation number 36C24924R0097, specifies the requirement for up to five medical professionals to serve at two VA Medical Centers in Nashville and Murfreesboro, Tennessee. The contract will adhere to the FAR Part 13 guidelines and is categorized under NAICS Code 621511, with a size standard of $41.5 million. This acquisition is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and includes a base year plus four option years. Interested parties can access the solicitation and any related documents via the System for Award Management (SAM) website. Proposals must be submitted by October 4, 2024, and all offerors must be registered in SAM to be eligible for consideration. The point of contact for this solicitation is Melvin Cole, whose email is provided for inquiries, noting that no phone calls will be accepted. Monitoring the SAM site for amendments is critical for prospective bidders.
    The Tennessee Valley Healthcare System (TVHS) is seeking proposals for medical technologist or laboratory technician services at its VA Medical Centers in Nashville and Murfreesboro, TN. Solicitation number 36C24924R0097 aims to fill up to five positions and will be issued under the Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside program. The anticipated solicitation release date is September 5, 2024, with a contract covering a base year and four optional one-year extensions. The project is categorized under NAICS Code 621511, which has a size standard of $41.5 million, and offers no recovery act funding. Interested firms must be registered in the System for Award Management (SAM) to submit proposals. Amendments will also be posted on the SAM website, emphasizing the necessity for prospective offerors to regularly check for updates. The contact for this solicitation is Melvin Cole, with communication strictly via email. This presolicitation notice underscores the Federal Government’s integration of SDVOSBs in acquiring necessary healthcare services tailored for veterans.
    The document outlines a procurement process initiated by the Department of Veterans Affairs for Medical Technologist/Medical Laboratory Technician services. The contract, designated as 36C24924R0097, is set to run from November 20, 2024, to November 19, 2025, with options for extension. The total award amount is projected to be approximately $41.5 million. The acquisition is classified as unrestricted, with provisions for small business participation. Key services include staffing for the Nashville and Alvin C. York campuses, with specific hours for weekday, holiday, and weekend shifts detailed. Invoices are to be submitted electronically, and compliance with stringent IT security protocols is mandated, including data protection and incident reporting measures. The document also emphasizes the necessity for contractors to align with Federal Information Processing Standards and VA security policies, ensuring that all provided software and hardware are free from viruses and malware. This rigorous framework is pivotal in safeguarding sensitive information while delivering essential healthcare services. Overall, the document reflects the VA's commitment to transparent procurement and stringent security in the delivery of medical services.
    The Quality Assurance Surveillance Plan (QASP) outlines the evaluation framework for contractor performance regarding a specific government contract. Its purpose is to systematically monitor what will be observed, the monitoring processes, responsible personnel, and how findings will be documented. The QASP serves as a living document, subject to regular updates in coordination with the contractor. Key roles include the Contracting Officer (CO), who oversees compliance, and the Contracting Officer’s Representative (COR), who manages technical administration and maintains a quality assurance file. Performance standards are established, outlining the responsibilities of the contractor to meet contract conditions. The COR employs various monitoring methods, such as direct observation and periodic inspections, to assess contractor compliance against these standards. The document articulates performance requirements across sections like Chemistry, Microbiology, and Safety, each with specific acceptable quality levels and surveillance methods. Performance ratings range from Exceptional to Unsatisfactory and are crucial for assessing contractors’ past performances. If performance does not meet established standards, the CO communicates this with a formal report, which may necessitate corrective action plans from the contractor. Ultimately, the QASP ensures the government receives effective, timely, and quality services from contracted personnel, affirming accountability and performance excellence.
    The Contractor Certification related to the Immigration and Nationality Act of 1952 outlines compliance requirements for contractors providing services to the Department of Veterans Affairs (VA). Contractors must ensure adherence to federal laws regarding the employment of non-immigrant foreign nationals, actively preventing the hiring of illegal aliens or individuals in violation of their immigration status. Additionally, contractors are mandated to follow E-Verify protocols and Federal Acquisition Regulations. Failure to comply can lead to sanctions, including the prohibition of foreign nationals from working on VA-related projects and potential termination of the contract. Contractors are also required to obtain similar certifications from their subcontractors, emphasizing the importance of verifying the legal employment status of all personnel involved in VA services. The certification underscores the gravity of honesty in dealings with federal agencies, as falsification could result in criminal prosecution. This document is crucial for ensuring legal compliance within government contracting, particularly in the context of federal RFPs and grants related to veterans' services.
    The document outlines the requirements related to organizational conflicts of interest (OCI) in federal healthcare contracts, specifically as per the VAAR 809.507-1(b). It emphasizes the importance of avoiding situations where a contractor may have an unfair advantage or impaired objectivity due to previous or concurrent interests. Offerors are mandated to disclose any past, present, or planned interests that could lead to an OCI, including for associated consultants and subcontractors. Additionally, the Contracting Officer has the discretion to disqualify offerors with undisclosed conflicts unless these can be satisfactorily mitigated. Furthermore, failure to disclose such conflicts could lead to contract termination without any compensation to the government. The appendix provides a template for the contractor’s certification statement, indicating their compliance or detailing any potential conflicts. Overall, the document underscores maintaining transparency and integrity in government solicitations to ensure fair competition and impartiality in contract performance.
    The document outlines the Wage Determination No. 2015-4647 issued by the U.S. Department of Labor, detailing wage rates and fringe benefits required under the Service Contract Act (SCA) for contracts in Tennessee. It specifies minimum wage requirements based on Executive Orders 14026 and 13658. For contracts starting or renewing after January 30, 2022, the minimum wage is set at $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The document also divides a comprehensive list of occupations along with their corresponding wage rates and fringe benefit requirements, such as health insurance and vacation benefits. Specific conditions such as the number of paid holidays, procedures for uniform allowance, and rules for additional classifications through conformance requests are detailed. This Wage Determination serves as a reference for federal contracts, ensuring that contractors comply with established wage standards and worker protections across various employment sectors in Tennessee.
    The VA Handbook 6500.6, Appendix D, outlines the Contractor Rules of Behavior for individuals accessing resources and information under contracts with the Department of Veterans Affairs (VA). It establishes clear terms and conditions for using VA data, information systems, and sites, emphasizing that there is no expectation of privacy during usage. Contractors must consent to monitoring by authorized personnel and adhere strictly to security protocols to prevent unauthorized access or misuse of VA systems. Key rules include responsible password management, prohibition of personal use of systems, and ensuring that contractors do not exploit their access rights. Compliance with security and privacy training is mandatory. The document also specifies that any subcontractors must adhere to similar security requirements. Additionally, it clarifies that this agreement does not create enforceable rights in litigation against the U.S. Government. Contractors must acknowledge receipt of the agreement and return the signed document to the Contracting Officer promptly, affirming their commitment to the outlined rules and regulations.
    Lifecycle
    Similar Opportunities
    Q523--Surgical Technologist/Technician Service Scrub Tech
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for On-Site Surgical Technologist/Technician Services at the Minneapolis VA Hospital, specifically under solicitation number 36C26325Q0004. The objective is to secure four Full-Time Equivalent (FTE) surgical technicians to support surgical operations from December 1, 2024, to November 30, 2025, with options to extend for four additional years, reflecting the government's commitment to enhancing healthcare services for veterans. The total award amount for this contract is estimated at $34 million, and interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the extended deadline of October 9, 2024, at 11:00 AM Central Time. For further inquiries, potential offerors can contact Contracting Specialist Morgan Galer at morgan.galer@va.gov or by phone at 605-585-3908.
    Teleradiology Services for VASNHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Teleradiology Services for the Veterans Affairs Southern Nevada Health Care System (VASNHCS). The contract requires certified or board-eligible radiology physicians to provide remote diagnostic imaging services, including CT, MRI, and ultrasound scans, in accordance with strict American College of Radiology standards. This procurement is critical for ensuring timely and accurate diagnostic services for veterans, with an estimated total contract value of $19 million over the performance period from December 1, 2024, to November 30, 2029. Interested vendors should contact Maricela A Berrones-Gauger at maricela.berrones-gauger@va.gov for further details and to submit proposals, adhering to the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside requirements.
    Q402--Community Nursing Home TVHS VA Catchment Area
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for Community Nursing Home (CNH) services within the Tennessee Valley Healthcare System (TVHS) catchment area. The objective is to establish contracts with qualified nursing homes to provide a range of patient care services that comply with Centers for Medicare and Medicaid Services (CMS) standards, including specialized medical care and rehabilitation therapies. This initiative is crucial for enhancing the quality of healthcare services available to veterans, ensuring they receive timely and effective care in a compliant and safe environment. Interested vendors should contact Contract Specialist Christina Curley at Christina.Curley@va.gov for further details, as the contract term is set for one year with options for extensions, and proposals must adhere to federal regulations and standards.
    Z2DB--626-22-705QA - EHRM Infrastructure Upgrade Albion Clinic
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for construction services related to the EHRM Infrastructure Upgrade project at the Albion Street VA Clinic in Nashville, Tennessee. This project, valued between $100,000 and $250,000, aims to enhance the clinic's infrastructure, including improvements to fire safety, HVAC, plumbing, and electrical systems. The opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a completion timeline of 180 calendar days from the notice to proceed. Interested contractors must ensure they have a current VETS 4212 report, be registered in the System for Award Management (SAM), and validate their SDVOSB status through the SBA VetCert program at the time of proposal submission. Questions regarding the solicitation should be directed to Contracting Specialist Brian Bentley at Brian.Bentley@va.gov, with the proposal submission anticipated around September 17, 2024.
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    6525--May 2024 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide high-tech medical equipment (HTME) and extended installation services, including turnkey operations, as part of the May 2024 Consolidation initiative. The procurement aims to enhance the quality of care in VA facilities by acquiring advanced imaging technologies and ensuring their proper installation and functionality. This initiative is crucial for modernizing medical equipment and infrastructure, thereby improving patient safety and care standards. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to Contracting Officer Michael J Kuchyak at michael.kuchyak@va.gov. The estimated contract value exceeds $2 million, with awards expected by late February 2025.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank in compliance with VA regulations, which necessitate third-party inspections every six years. The contract is specifically set aside for veteran-owned small businesses (VOSB) and mandates the use of certified technicians for non-destructive testing methods, including wet magnetic particle and ultrasonic testing, while adhering to strict scheduling and safety protocols. The total award amount for this solicitation is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R Thompson at margaret.thompson@va.gov for further information.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    H165--H165- Radiation Physicist contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a Radiation Physicist contract to provide diagnostic radiation services at the Southern Arizona VA Healthcare System in Tucson, Arizona. The contractor will be responsible for furnishing all necessary labor, materials, equipment, and qualified personnel to ensure compliance with federal, local, and VA regulations for various diagnostic imaging units, including radiography units, CT scanners, and MRI machines. This contract, valued at approximately $19.5 million, spans a base year from October 1, 2024, to September 30, 2025, with four optional one-year extensions available through 2029. Interested parties should submit their proposals by September 27, 2024, and can contact Marie Conforto at marie.conforto@va.gov for further information.