Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

Q -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for self-contain mobile dental unit and dental services for the Maine Army National Guard

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD07R0002
 
Response Due
7/31/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
N/A
 
Description
This requirement is for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for self-contain mobile dental unit and dental services. The objective is for the Contractor to provide a self-contain mobile dental unit, to include all management, labor, material, equipment, certifications, and supplies necessary to provide dental services at various armories and training locations throughout Maine. MOBILE DENTAL UNIT: The self-contain mobile dental unit shall have full operative dental lab and hav e the ability to be an independent mobile unit to include water and electricity. BASIC SERVICES: These services will provide mandated dental examinations and radiographic studies necessary to achieve Department of the Army standards, which will meet the me dical readiness and deployability standards to ensure mission capability of the Maine Army National Guard. The Contractor shall provide customized comprehensive dental readiness services to include: a) Annual Dental Examinations (ADA Code 0120) b) Clinical ly indicated radiologic studies (to include panorex) c) Oral health education and Class 3 dental treatment for alerted Soldiers within the Maine Army National Guard. Dental treatment authorized and will be reviewed by the State Dental Officer. These servic es will be completed by using Contractor provided portable /mobile dental equipment. Upon completion of services, medical information will be documented in accordance with Department of the Army Policy and be updated in the approved Army National Guard au tomated system. Monthly and annual reports will be generated and provided to the MEARNG Medical Command of the Maine Army National Guard. The Contractor shall ensure the requirements of Occupational Safety and Health Administration (OSHA) and applicable Federal regulations are met. The Contractor shall develop and maintain record files for the MEARNG Medical Command that documents service performed, examination results and names of soldiers referred to dental specialist. EXAMINATION: A periodic oral evalu ation shall assess the current state of oral health, risk for future dental disease as well as assessing general health factors that relate to the treatment of the patient. The following measures are required for each periodic oral evaluation: Blood press ure assessment  Screen Soldiers for hypertension, appropriately refer hypertensive patients to the state/territory medical authority. Carries 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 ADCS to identify those at high risk for future disease and appropriately manage their care. Periodontal assessment  Periodontal Screening and Recording (PSR), a screening procedure end orsed by the American Dental Association and the American Academy of Periodontology, should be utilized to determine the need for periodontal treatment. Tobacco risk assessment Classify Soldiers as a smoker, user of smokeless tobacco or as both. Oral canc er screening  Perform a thorough oral cancer screening on all beneficiaries as part of all annual examinations. Radiographs should be taken only for clinical reasons according to FDA guidelines as determined by the patients dentist. Radiographs should b e 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. H owever, the panographic radiograph will adequately represent the current oral condition of the Soldier. 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 Contractor shall provide electronic documentation (to include ra diographs) in the ARNG approved system a nd a paper copy as outlined below. A complete record includes the following: Military dental record jacket, DA Form 8005 through 8005-9 The automated Health History Form or DA Form 5570 (signed), Health Questionnaire envelope DD Form 2005 (signed), Privac y Act Statement SF 603 / 603A, Record of Dental Exam Supporting radiographs (panograph and four bitewings reflecting existing) All radiographs will uploaded into the ARNG automated system. (2) A diagnostic quality copy of all radiographs must be placed in the Dental Record. The entries on the SF 603 / 603A s hould 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 report (PSR), Charting of current oral condition Class 2 issues identified and a listing of Class 3 treatment needs. Printed name of examining dental officer and dental officers signature/initials required. These dental documentation elements would be made in the approved ARNG automated system and printed and placed into the record. INSTRUCTION FOR PREPRATION OF PROPOSALS 1. Submission Information: Prospecti ve Offerors shall submit (2) two copies (original and 1 copy) of their proposal. Proposals can be hand delivered, mailed, or faxed. All materials must clearly identify the Solicitation Number (W912JD-07-R-0002) for identification purpose. Responses to t his offer must be received by the designated individual/office no later than 31 July 2007 at 10:00am Eastern Standard Time (10:00hrs). Submissions received after the above time will not be accepted. Late submittals will be handled in accordance with FAR 52 .212-1. Fax number is (207)626-4533. Deliver or mail to: US Property & Fiscal Office for Maine, Attention: Contracting Office, Mrs. Darlene R. Howes, Building #39, Camp Keyes, Augusta, Maine 04333-0032. 2. Proposal Format: Each proposal should include an introductory page to include point of contact, authorized negotiators, contact phone, facsimile number and e-mail addresses. All solicitation amendments must be acknowledged in accordance with FAR 52.212-1. Offerors are cautioned to submit enough info rmation to enable the evaluation Source Selection Team to fully ascertain each offerors capability to perform all of the requirements contemplated by this solicitation. All commitments made in the proposal may be part of the resultant contract. The data s ubmitted with each proposal should be complete and concise, failure to submit the required information may preclude consideration of the offer for award. Offerors may, at the discretion of the Government, be asked to provide more information and clarifica tion regarding their proposals. To assure that information is properly presented, and to aid the Government in the evaluation process, offerors are requested to present their proposals in three separate sections: Past/Present Experience, Technical Capabil ity, and Price. Prospective offerors shall submit the proposal in two separate binders, one binder containing the Past/Present Experience and Technical Capability sections, and one binder for the price proposal. Past/Present Experience:Offerors shall prov ide the volume of DoD and other Government (Federal, State, or Local) agency contracts awarded in the past 12 months, the total number of projects and dollar value of each. Provide a point of contact, including name, telephone number and e-mail address, fo r each agency for which services were performed. The Government may contact references other than those identified by the offeror and information received may be used in the evaluation of the offerors past experience. While the government may elect to con sider data obtained from other sources, the burden of providing current, accurate and complete past/present experience information rests with the offeror. Capability:The offeror must supply a copy of the certificatio n/license to the Government with its offer. The offeror must provide a description of its self-contained mobile dental unit, equipment, and personnel, so that the Government can evaluate the offerors capability to meet the requirements of the Statement of Work (SOW). Submission of brochures is per mitted and encouraged, provided that these brochures adequately demonstrate the offerors ability to meet the requirements of the SOW. Price: Offeror shall submit a price sheet. Prices shall be firm-fixed price for the base period and all option years of the contract. Pricing should be submitted as a separate attachment, to allow for non-disclosure of price until after technical and past experience have been rated. Selection Criteria: To arrive at a Best Value decision, the Source Selection Authority will integrate the evaluation of Past/Present Experience, Technical Capability and Price, with Technical and Past/Present Experience factors being significantly more important than price. Technical and Past/Present Experience are equal. Past/Present Experienc e: The offerors past/present experience will be evaluated to determine: The extent of the offerors experience in providing services of the type described in the SOW and its appendices. The Offerors experience with and knowledge of the Army Regulation 40 -501. If the offerors experience indicates the ability to provide the volume of services  treatment of approximately 75 personnel/day)  needed within the required time frame.Technical Capability: The offerors description of its self-contained mobile dental unit, equipment, and personnel will be evaluated to determine the offerors capability to meet the requirements of the Statement of Work (SOW) and its appendices.Price Price reasonableness will be determined based on prices submitted by the competi tion, and comparison to prices paid for prior acquisition. 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 unaccep table if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Notices to Offerors: CCR Registration and ORCA Representations and Certifications All potential offerors are requi red to register in the Central Contractors Registration (CCR), http://www.ccr.gov, in order to complete the annual Representation and Certifications found at the ORCA website. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide. To access them, simply click on the Help link at the top of the ORCA homepage. Ensure your Central Contractor Registration (CCR) information is up-to-date. Complete annual Representations and Certifications on line at http://orca.bpn.gov if you have not already done so. Note: The small business size standard classification is North American Industry Classification System (NAICS) applicable to this project is 621210, Offices of Dentists, and corresponds to SIC Code 8021. There will be no site vi sit or pre-proposal conference. No personal visits for the purpose of discussing this announcement or the submittal will be permitted. GENERAL INFORMATION: IDIQ Minimum/Maximum Limits: This will be an Indefinite Quantity Indefinite Delivery (IDIQ) contrac t. The guaranteed minimum for this requirement is $3,000.00 and is applicable ONLY to the base period of performance. There is no guaranteed minimum applicable to any task orders issued during any option period. Funds will be obligated on individual Task O rders. This is the Governments absolute minimum obligation under this contract. This IDIQ will have a maximum award ceiling amount of $500,000.00 in aggregate task orders over the period of performance.Order Minimum/Maximum Limits: For each individual tas k order there will be a minimum order amount of Three Thousand dollars ($3,000.00) and a maximum order amount of Fi fty Thousand dollars ($50,000.00). The Contractor shall coordinate with the Government to ensure that all minimum and maximum constraints specified for this IDIQ are followed unless changes are authorized in writing by the Contracting Officer. Guaranteed C ontract Minimum: Once the contractor is selected, a one time delivery order of $300.00 will be issued to the contractor for providing the Government the quality assurance plan within two weeks of contract award. Contract Period: The resultant contract wi ll be for a period of one (1) base year with the option to extend for four (4) one-year option periods. The Contractor shall be notified with 60 calendar days of the expiration date of the Governments intent to exercise each option period. The total life of the contract shall not exceed five years. Individual Orders: Each individual order shall have a specific line item for the mobile dental service with a separate line item for restorative dental treatment of Class 3 Soldiers. The Contracting Officer wi ll authorize the Contractor to proceed with the work by issuing a signed task order on a DD Form 1155. At a minimum, the task order will contain the following: Order Number, Contract Number, Description of the Services, Price and Period of Performance or C ompletion Date. The Contractor is not authorized to commence task performance prior to issuance of the task order unless otherwise authorized by the Contracting Officer. Rates: The rates that were proposed for the base and each option year will be in effec t at the time of the task order issuance shall prevail for the entire period of task order performance, even if performance extends into a subsequent option period Inspections and Acceptance: All reports and invoices must be approved by the COR. Quality Control: The Contractor shall adopt a quality assurance program that monitors all service activities and ensures the highest quality customizable dental service available. It is the responsibility of the ARNG to review and approve dental treatment plans be fore treatment is performed based on the guidelines provided by National Guard Bureau (NGB). Quality Assurance: The Contractor must submit the plan within two weeks after award to the Maine Army National Guard (MEARNG) with a quality assurance plan, listin g the procedures or processes which will be utilized to meet the Statement of Work (SOW). The Quality Assurance Plan will be used as a deliverable on the first task order. The contractor shall develop and implement procedures to identify, prevent, and ensu re non-recurrence of defective services. The contractors quality control program is the means to assure that the work complies with the requirement of the contract. As a minimum (but not limited to), the contractor shall develop quality control procedures that address the following areas: Documentation and X-Ray Service, DOCUMENTATION: 99% of the entire soldiers military dental record complete as prescribed in 1.3 of the SOW. X-RAY SERICE: 99% of all the soldiers x-rays meet the requirements in 1.2.f o f the SOW. Government Remedies: The Contracting Office shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Feb 2007), for Contractors failure to correct non-conforming services. Hours of Operation: The Contr actor shall have the capability of providing mobile dental services seven days a week. Security Requirements: Security will be in accordance with DD Form 254 (Department of Defense Contract Security Classification Specification) Special Qualifications: Con tractor must maintain appropriate credentialing files on all employees. Compliance: Contractor will ensure compliance with the following requirements prior to utilizing any x-ray producing device on Soldiers; (1) Have established written policies and proce dures to assure compliance with applicable Federal, State DoD and Army radiation safety regulations and directives. These documents include staff emergency reac tion plans, as necessary, and procedures for investigating and reporting radiation accidents or incidents, possible radiation overexposure to Soldier patients or Contractors Staff and provisions to ensure the safe use of x-ray producing devices on humans. (2) Upon request by the Contracting Officers Representative (COR), provide documentation regarding the Contractors employee radiation safety training commensurate with potential radiation hazards with the x-ray producing devices that are using. (3) Up on request by the COR, provide copies of Qualified Health Physics Experts acceptance test and 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 an around the x-ray machine and x-ray facility (e.g. mobile unit) Specific Tasks: Setup and breakdown of contra ctor's dental equipment is the sole responsibility of the contractor and must be completed one day prior and one day after the scheduled event. Submission of Questions: If there are any questions, please e-mail them to: Mrs. Darlene R. Howes at darlene. howes@us.army.mil. Subject Line: Reference No. W912JD-07-R-0002, or fax to: (207)626-4533. All questions and requests for this RFP must be received NOT LATER THAN the fifth working day prior to the closing and will be posted no later than two working day s prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS.
 
Place of Performance
Address: USPFO for Maine Camp Keyes, Augusta ME
Zip Code: 04333-0032
Country: US
 
Record
SN01337318-W 20070711/070709221306 (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.