Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2006 FBO #1509
SOLICITATION NOTICE

Q -- Provide Mobile Dental Services for the Oregon Army National Guard, Salem, OR

Notice Date
1/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W66MRN-6010-8007
 
Response Due
1/19/2006
 
Archive Date
3/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. (II) Solicitation W66MRN-6010-8007 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates FAR provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-05. All FAR and DFAR provisions and clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil. (IV) The associated NAICS code for this acquisition is 621210, SIC code 8021, small business size standard is 500 employees. This requirement is a 100% small business set aside. In the event a qualified small business offer is not received, this require ment becomes unrestricted. (V) The requirement is for Mobile Dental Services. The Government reserves the right to award all or part of the quantity. Quantity price breaks should be specified incrementally. (VI) COMMERCIAL ITEM DESCRIPTION: CLIN 0001: Request for dental contract coverage the dates of February 3, 4, and 5, 2006 at Anderson Readiness Center in Salem Oregon 97062. We will need support for 100 dental exams a day for the three days in addition to this we will need the ability to treat 100 Soldier that are class 3A and 3B to a dental class 2. Contractor must be fully self-contained as no building or utility will be available to house their services. (a) Exams (1) Digital Bite wings (2) Oral Exams under the approval of the State Dental Officer (3) Hard copy of 603a, DA5570 health history and discloser form for dental treatment and bite wings placed in soldiers dental file (4) Copy of digital bite wings on CD with Folder set up by Unit (UIC), files by name and SSN, Saved in the format of a jpeg max size of the file to be determined at a later date. (5) Panographs (as needed). (6) Provide X-Rays of all bite wings and panographs (b) Treatment (1) Using the DOD guide lines 1200.7 Standardized Dental Classification System (2) AR 40-3 5 for US Army Dental Classifications (3) ORARNG Dental Program. For the determination of dental treatment (4) All Dentists must be credentialed to perform treatment in the State of Oregon (5) All Dentists must be able to write prescriptions for pain and antibiotics for treatment. This combined synopsis/solicitation is issued as a Request For Proposal (RFP), reference number W66MRN-6010-8007. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06 and DCN 20 051114. This procurement is being issued as a 100% Total Small Business Set-aside The Government plans to award a single contract resulting from this solicitation FAR 52.212-2 Evaluation of Commercial Items, apply. The following factors shall he used to ev aluate offers: (1) Technically acceptable, (2) Price, (3) Past Performance. A single award will be made to the lowest cost, technically acceptable responsible offeror. The Government reserves the right to make a technical acceptability determination without discussion with the offeror. Offeror shall price CLIN 0001. The Government requires price to be based on a flat rate by day for the event and the level of service requested and or provided. Offerors shall include separate flat rate pricing for exams and treatment. Extended flat rate prices for either exams or tr eatment will be based only upon the level of support, special equipment and or support personnel provided to perform the required services. In the event the flat rate price(s) and extended price(s) are ambiguous, the government shall use the indicated uni t price(s) for evaluation and award purposes. Contractor shall provide ALL clinical equipment clinical supplies, dentists, dental assistants, hygienists, x-ray equipment, x-ray technicians and any other required material to provide on-site dental examinations and routine dental care to soldiers. Contractor shall allow a minimum of 10 hours each day to accommodate for exams and treatm ent. Normal operating hours are from 0730 to 1730 but may change based upon Government requirements. Contractor is to provide All soldiers must have a complete dental evaluation regardless of prior examinations. A complete exam shall include 4 digital bi tewing radiographs, panograph (if panograph on file is older than 10 years) and a health history and treatment plan placed into the Army Denclass web database (prior to vendor departure at the end of the event). Soldiers identified as class 3 should receive immediate care to place them into a class 2 or 1 category. Restorative costs for returning soldiers to class 2 or 1 exceeding $1200.00 require approval of Chief Dental Officer and the Contracting Officer. Proc edures that require treatment that can not safely be provided in a mobile setting shall not be provided for during this 3 day period. (VII) Delivery. As identified in CLIN 0001, 10 hour work day is exclusive of required set up and tear down(VIII) The latest edition of Provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by r eference. (VIII) The latest edition of Provision FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference. (IX) The latest edition for FAR 52.212-2, Evaluation  Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are technical acceptability of the service offered to meet the Govern ments requirement, past performance, and price. Technical and past performance, when combined, are equal to price. Offerors must submit technical literature, best price and past performance references. Technical evaluation will include examination of offered literature explaining offerors capabilities, and description of equipment provided to meet the requirements above. If offeror has different levels of support based upon the Governments requirement s and or type of event, i.e., exams versus treatment, the literature should identify the different levels of support available. Offeror must submit a minimum of three (3) past performance references who have acquired the offered services. It is preferred that the reference be a government agency who has procured similar services. References will include name, address, email addre ss, telephone number, contract amount, contract date. The government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offerors initial submission should con tain the offerors best technical proposal, best price, and best past performance. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offeror may, at the discretion of the Government, be asked to provide more informatio n and clarification regarding their offer. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will award a single contract resulting from this solicitation, to the responsible offeror, whose offer conforming to the solicitation will be the Best Value to the Government. The Best Value is the most advantageous offer, non-price and price related factors conside red, and consistent with the Governments stated importance of evaluation criteria. (X) Offerors will include a completed signed copy of the provisions at FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items and DFAR 252.212-7000, Offer Representations and Certifications-Commercia l Items with its offer. Note, in accordance with FAC 2001-26, Offerors are required to complete representations and certifications electronically at http://orca.bpn.gov. (XI) The latest edition of FAR 52.212-4, Contract Terms and Conditions, applies to this acquisition and is incorporated by reference. (XII) The latest edition of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition. Under paragraph (b) the following clauses are incorporated: 52.203-6 (Alt I), 52.219-6, 52.219-8, 52.2 19-9, 52.219-14, 52.225-1, 52.225-13, and 52.232-33. (XIII) The following provisions and clauses apply to the requirement: FAR 52.212-4 Contract Terms and Conditions. Commercial items and FAR clause 52.212-5 Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items. The followi ng clauses under FAR 52.212-5 applies to this requirement: FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR52.222-21 Prohibition of Segregated Facilit ies, FAR 52.222-26 Equal Opportunity (EO 11246). FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 5 2.222-37 Employment Reports on Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), FAR 232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) FAR 52.232-36 Payment by Third Pa rty, FAR 52.247-64 for Privately Owned U.S.-Flag Commercial Vessels and FAR 52.222-41 The Service Contract Act will apply to the purchase order, therefore, the current version of Wage determination Number 94-2244 REV (25) will be incorporated in the purcha se order at the time of award. FAR 52.215-5. DFARS 252.212-7001 Contract Terms and Conditions Required to implement Statues or Executive Order Applicable to Defense Acquisition of Commercial items Includes the following clauses incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.232-7003 Electronic Submission of Payment Requests, and DFARS 252.247-7023, Transportation of Supplies by Sea. The follow also apply: DFARS 252.204-7004, Required Central Co ntractor Registration and DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dars/dfars.html. (XIV) DPAS rating is not applicable. (XV) Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. Offerors are requested to submit questions to the email address noted below not later than 9:00 A.M. pacific standard time, 17 January 2006. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and rece ipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). (XVI) Quotes (including product literature, price and past performance references) will be due to the USPFO-P, PO Box 14350, Salem, OR, 97309-5047, by 19 January 2006, 2:00 P.M. pacific standard time. Any of the above information is protected under the Pr ivacy Act, and will not be released unless permitted by law and/or you have consented to such release. (XVII) Point of Contact is Mr. Pete Newell (503) 584-3763. Fax (503) 584-3771. Email: pete.newell@or.ngb.army.mil. All requests for information will be courtesy copied to MAJ Michael Derrickson (503) 584-3769. Fax (503) 584-3771. Email: michael.e.derr ickson@or.ngb.army.mil
 
Place of Performance
Address: USPFO for Oregon ATTN: USPFO-P, P.O. Box 14350 Salem OR
Zip Code: 97309-5047
Country: US
 
Record
SN00964688-W 20060113/060111212218 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.