Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

Q -- Mobile Dental Services

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for Rhode Island, 330 Camp Street, Providence, RI 02906-1954
 
ZIP Code
02906-1954
 
Solicitation Number
W912LD-07-T-0012
 
Response Due
4/26/2007
 
Archive Date
6/25/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Proposals must be sent by fax (401-275-4305) to Gerry Larence, and received by 3:00 P.M., 26 April 2007. SELECTION CRITERIA. a. The Rhode Island Army National Guard (RIARNG) desire s dental services as identified in the Statement of Work. This work is a critical need for the RIARNG. It is very important that the services be performed when and where specified. Mobile, not portable, equipment is required. b. The vendor will be se lected based on the best value to the RIARNG. Evaluation will be based on past performance and price, where past performance is somewhat more important than price. c. Vendors must provide a minimum of three (3) references to demonstrate past performanc e within the last three (3) years. Past performance with similar military requirements is of greater value. Anticipated award date: May 2, 2007. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. Proposals must be sent by email or fax (401-275-4305) to Gerry Larence, and received by 3:00 P.M., 26 April 2007. SELECTION CRITERIA. a. The Rhode Island Army National Guard (RIARNG) des ires dental services as identified in the Statement of Work. This work is a critical need for the RIARNG. It is very important that the services be performed when and where specified. Mobile, not portable, equipment is required. b. The vendor will be selected based on the best value to the RIARNG. Evaluation will be based on past performance and price, where past performance is somewhat more important than price. c. Vendors must provide a minimum of three (3) references to demonstrate past perform ance within the last three (3) years. Past performance with similar military requirements is of greater value. Anticipated award date: May 2, 2007. STATEMENT OF WORK 1. Description of Services. The contractor shall provide all management, labor, material, equipment, certifications and supplies necessary to provide mobile dental services at the following location(s) at the time/date indicated.. The se services will provide mandated dental examinations, radiographic studies, and dental treatment necessary to meet Department of the Army medical readiness and deployability standards to ensure mission capability of the Rhode Island Army National Guard (R IARNG). LOCATION: Warwick Armory, 541 Airport Road, Warwick, RI 02886-2424. PERFORMANCE DATES: May 19 & 20, 2007, 7:30 AM to 6:00 PM. There is an estimated requirement for 165 dental exams and 50 dental treatments. Funds are not currently available for the dental treatments. 2.1 Basic Services. The contractor shall provide customized comprehensive dental readiness services to include: annual dental examinations (ADA Code 0120), clinically indicated radiological studies (to include panorex), oral h ealth education, and Class 3 dental treatment for alerted Soldiers (as identified by the RIARNG), and dental classification of individual soldiers (Class 1 thru 4). Dental treatment authorized is outlined in Appendix C. These services will be completed b y using contractor provided mobile dental equipment. Upon completion of services, medical information will be documented in accordance with Department of the Army policy (SF 603 Health Record and SF 5570 Health Questionnaire for Dental Treatment), and, wi thin 5 work days after the examination, be updated in the approved Army National Guard automated system (DENCLA SS). The contractor will ensure that the requirements of the Occupational Safety and Health Administration (OSHA) and applicable Federal regulations are met. The contractor shall provide the RIARNG Medical Command with files that documents services perfo rmed, examination results, and names of soldiers referred to dental specialists. 2.2 Exam. A periodic oral evaluation shall assess the current state of oral health, risk of future dental disease, as well as assessing general health factors that relat e to the treatment of the patient. The following measures are required for each periodic oral evaluation performed: a. Blood pressure assessment  Screen Soldiers for hypertension, appropriately refer hypertensive patients to the RIARNG medical authori ty. b. Caries risk assessment  Classify Soldiers as low, moderate, or high risk for caries as described by the American Dental Associations 1995 Special Supplement. This assessment will allow the Army Dental Care System (ADCS) to identify those at hi gh risk for future disease and appropriately manage their care. c. Periodontal assessment  Periodontal Screening and Recording (PSR), a screening procedure endorsed by the American Dental Association and the American Academy of Periodontology, should b e utilized to determine the need for periodontal treatment. d. Tobacco risk assessment  Classify Soldiers as a smoker, user of smokeless tobacco, or as both. e. Oral cancer screening  Perform a thorough oral cancer screening on all beneficiaries as part of all annual examinations. 2.3. Radiographs should be taken only for clinical reasons according to FDA guidelines as determined by the attending dentist. Radiographs should be of diagnostic quality, properly identified and dated. A panograph is required to be present in dental record and that it is of adequate quality for diagnostic/identification purposes. There is no time requirement on updating panographic radiographs. However, the panographic radiograph will adequately represent the curr ent oral condition of the Soldier. 2.4 Documentation. All Soldiers must have a complete military dental record. No dental record is considered complete unless the documentation is complete and in the proper order as outlined in TB MED 250. The cont ractor shall provide electronic documentation (to include radiographs) in the ARNG approved system and a paper copy as outlined below. A complete record includes the following: a. Military dental record jacket, DA Form 8005 through 8005-9. b. The au tomated Health History Form or DA Form 5570 (signed), Health Questionnaire envelope. c. DD Form 2005 (signed), Privacy Act Statement. d. SF 603/603A, Record of Dental Exam. e. Supporting radiographs (panograph and four bitewings reflecting existin g). (1) All radiographs will be uploaded into the ARNG automated system. (2) A diagnostic quality copy of all radiographs must be placed in the Dental Record. f. The entries on the SF 603/603A should include the following: date, location, periodic oral examination, indication/date of x-rays taken, indication/date of x-rays consulted, oral cancer screening, caries risk assessment (based upon caries incidence), Periodontal Screening and Reporting (PSR), charting of current oral condition Class 2 issu es identified and a listing of Class 3 treatment needs, printed name of examining dental officer and dental officers signature/initials. These required dental documentation elements will be made in the approved ARNG automated system and printed and place d into the dental record. 2.5 Dental Treatment. The goal is that 95% of the Soldiers identified as Class 3 are corrected to Class 2. Dental Treatment funding is different than Examination funding and is subject to availability of funds. Refer to Ap pendix C for authorized dental treatments. 3. General Information. 3.1 Government-Furnished Property/ Services/ Equipment/Information. a. For mobil e equipment, parking space will be provided for the mobile unit. b. The Government will provide any manuals, texts, briefs, and other materials associated with the hardware/software and mission areas noted in the SOW. 3.2 Special Qualifications. C ontractor must maintain appropriate credentialing files on all employees. 3.3 Contractors will ensure compliance with the following requirements prior to utilizing any x-ray producing device on Soldiers: a. Have established written policies and pro cedures to assure compliance with applicable Federal, State, DOD, and Army radiation safety regulations and directives. These documents include staff emergency reaction plans, as necessary, and procedures for investigating and reporting radiation accident s or incidents, possible radiation overexposures to Soldier patients or contractor staff, and provisions to ensure the safe use of x-ray producing devices on humans. b. Upon request by the Contracting Officer, provide documentation regarding the Contra ctors employee radiation safety training commensurate with potential radiation hazards with the x-ray producing devices they are using. c. Upon request by the Contracting Officer, provide copies of a Qualified Health Physics Experts acceptance test an d most recent health physics survey of each diagnostic x-ray machine. The acceptance test and the most recent survey include tests of electrical, mechanical, image quality and radiation (output) dose tests or measurements. This also includes verification of the adequacy of radiation protection shielding in and around the x-ray machine and x-ray facility (e.g., mobile van). 4. APPENDICES. A. Estimated Workload Data. B. Department of Defense Oral Health and Readiness Classification System. C. A uthorized Dental Treatment. APPENDIX A ESTIMATED WORKLOAD DATA The following data elements will be reported at the end of an event: Date, Location, List of contract employees (providers, dental technicians, and administrative staff), Total number of patients scheduled, Total number of patients examined, Total number of Soldiers by dental classification: 1, 2, 3, 4, Total number of bitewing x-rays (sets of 4 per patient) taken, Total number of panograph x-rays taken, A by name listing of all Soldier s examined and the dental classification of the Soldier. The following appendices are available from the POC. APPENDIX B DEPARTMENT OF DEFENSE ORAL HEALTH AND READINESS CLASSIFICATION SYSTEM. APPENDIX C AUTHORIZED DENTAL TREATMENT APPLICA BLE PROVISIONS AND CLAUSES: 52.204-7 Central Contractor Registration JUL 2006; 52.204-9 Personal Identity Verification of Contractor Personnel NOV 2006; 52.212-1 Instructions to Offerors--Commercial Items SEP 2006; 52.212-3 OFFEROR REPRESENTATIONS AN D CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006); 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007; 52.222-3 Convict Labor JUN 2003; 52.222-21 Prohibition Of Segregated Facilities FEB 1999; 52.222-26 Equal Opportunity APR 2002; 52.2 22-36 Affirmative Action For Workers With Disabilities JUN 1998; 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006; 52.223-5 Pollution Prevention and Right-to-Know Information A UG 2003; 52.232-1 Payments APR 1984; 52.232-8 Discounts For Prompt Payment FEB 2002; 52.232-11 Extras APR 1984; 52.232-18 Availability Of Funds APR 1984; 52.232-23 Assignment Of Claims JAN 1986; 52.232-25 Prompt Payment OCT 2003; 52.232-33 Pa yment by Electronic Funds Transfer--Central Contractor Registration OCT 2003; 52.233-1 Disputes JUL 2002; 52.233-3 Protest After Award AUG 1996; 52.237-1 Site Visit APR 1984; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation AP R 1984; 52.246-1 Contractor Inspection Requirements APR 1984; 52.246-16 Responsibility For Supplies APR 1984; 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003; 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993; 252.232-7003 Electronic Su bmission of Payment Requests MAY 2006 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conformi ng to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance and Price. Past performance is somewhat more important than price. (b) Opti ons. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced . Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, s hall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written noti ce of withdrawal is received before award. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2006) (DEVIATION) (a) Comptroller General Examination of Record. The C ontractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termina tion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary cour se of business or pursuant to a provision of law. (b) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--(i) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that o ffer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201) (vi) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Priva tely Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (c) While not required, the contractor May include in its subcontracts for commer cial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provi sions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorpo rates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/the se address(es): http://www.arnet.gov/far http://farsite.hill.af.mil (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with a n authorized deviation is indicated by the addition of(DEVIATION) after the date of the provision. The use in this solicitation of any DOD Class Deviation 2004-O0002 (29 Apr 04) (48 CFR Chapter 2) provision with an authorized deviation is indicated by t he addition of (DEVIATION) after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause wi th an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DOD Class Deviation 2004-O0002 (29 Apr 04)(48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause)
 
Place of Performance
Address: Warwick Armory 541 Airport Road Warwick RI
Zip Code: 02886-2424
Country: US
 
Record
SN01276022-W 20070420/070418221207 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.