Virginia Bids > Bid Detail

Oncology Testing Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159532022937077
Posted Date: Jan 5, 2023
Due Date: Jan 18, 2023
Solicitation No: 11850671-01042023
Source: https://sam.gov/opp/73a672beed...
Follow
Oncology Testing Services
Active
Contract Opportunity
Notice ID
11850671-01042023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 05, 2023 12:02 pm EST
  • Original Response Date: Jan 18, 2023 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 621511 - Medical Laboratories
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA
Description

The agency is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Oncology Oncotype testing services for prostate, breast and colon testing on behalf of the National Capital Region Medical Treatment Facilities. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code identified above is assigned to this procurement.





There is no solicitation currently. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.





Respondents shall also answer the following questions:





1. Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc.





2. Is your company considered small under the NAICS code identified under this Source

Sought?





3. Is your company the manufacturer, distributor, or equivalent source for the type of items required with the characteristics referenced above?





4. If your company is a large business, do you have any authorized distributors? If so, please provide the name(s), telephone Number(s), Point(s) of Contact and size status of the businesses authorized to distribute your products.





5. Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number.





6. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the items you are providing information on available on your schedule/contract?





7. Capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements





Based on the responses to this source sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.





If your organization has the potential capacity to perform these contract services, please provide the following information:



a. Organization Name



b. Address



c. SAMS Number



d. DUNS Number



e. Business POC



f. Email address



g. Phone



h. Website address



i. Business Size and type of ownership for the organization



j. Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract.



DESCRIPTION OF SERVICES

This is a non-personal service contract to provide clinical reference laboratory services for the purpose of providing prognostic and predictive treatment for specific cancers through Oncotype DX Breast and Oncotype DX Colon and Oncotype DX Prostate testing. Testing must be performed on formaldehyde/formalin and or wax embedded tissues. Testing must measure 21 gene expression to include, ER, PR and HER2 gene expression, for prognostic and predictive value in FFPE blocks or section by qRT-PCR and microarray technology. Testing services enable ordering providers to determine if chemotherapy treatment options are warranted, if surgical protocols are warranted, prognosis and subsequent treatment options following surgical and/or chemotherapy treatment regimens. Services will include and enable ordering providers access to the vendor online portal to review full and complete test reports on a 24/7/365 basis.





All tests shall be executed at the contractor premises, or within the Contractor network of laboratories (affiliates or qualified subcontractor)



TEST SPECIFICS AND DESCRIPTIONS ARE LOCATED IN THE SOURCE SOUGHT ATTACHMENT



Submission Instructions:

Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Synopsis NLT 18 January 2023, by 10:00AM EST. All responses under this Sources Sought Synopsis must be emailed to Contract Specialist; Miriam Railey; email: miriam.t.railey.civ@health.mil.





Please submit non-proprietary information “Only”. The Government will not be responsible for proprietary or competition sensitive information contained in responses received.





Responses to this announcement will not be returned. Responders are solely responsible for all expenses associated with responding to this announcement. Government will not be financially responsible for information received in response to this announcement.


Attachments/Links
Contact Information
Contracting Office Address
  • NATL CAP REG CONTRACTING DIV NCR-CD 8111 GATEHOUSE ROAD, 2ND FLOOR
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 05, 2023 12:02 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >