Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOLICITATION NOTICE

A -- Dental Laboratory Services (includes fabrication of procelain fused to metal crowns, all ceramic crowns, and partial denture framework

Notice Date
9/4/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025907T0301
 
Response Due
9/13/2007
 
Archive Date
9/13/2007
 
Description
The proposed contract action is for commercial itesm, which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of Far 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received by 13 September 2007, 10:00 AM, Pacific Standard Time, will be considered by the Government. A determination by the Government is not to compete with this proposed contract based upon the responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive requirement. This is a combined solicitation/synopsis 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-07-T-0301 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339116: 500 Employees Quotations are due on or before 13 September 2007, 10:00 AM, Pacific Standard Time to be considered responsive. This requirement is for dental laboratory services (including fabrication of porcelain fused to metal crowns, all ceramic crowns, and partial denture frameworks) as specified below and in the below Statement of Work: CLIN 0001 RPD Removable partial denture QTY 50 Each $_____ CLIN 0002 FGC Full Gold crown QTY 14 Each $_____ CLIN 0003 PFM Porcelain fused to metal crown QTY 168 Each $_____ CLIN 0004 LAV All ceramic crown QTY 26 Each $_____ CLIN 0005 Implant QTY 10 Each $_____ Period of performance 1 Oct 2007 through 30 September 2008 All quantities are Not to Exceed If quoting comparable items (i.e., brand name or equal), please include the specifications for those items. STATEMENT OF WORK 1. GENERAL. l.l The Contractor shall provide a full range of dental laboratory services as specified in the Schedule of Services, (including fabrication of porcelain fused to metal crowns, all-ceramic crowns, and partial denture frameworks) in accordance with prescription specifications. 1.2 Services shall be provided in support of the Region Dental Laboratory at Branch Health Clinic Bangor, Naval Base Kitsap Bangor, 2050 Barb Street, Suite B, Silverdale, WA 98315-2099 1.3 Services shall include transport of prescriptions, impressions, and completed products to and from the Area Dental Laboratory. 1.4 The contractor shall provide all transportation, labor, supplies, supervision and materials necessary to meet the requirements of this contract. 2. PICK UP/DELIVERY: 2.1 The contractor shall provide transport services Monday through Friday except for the day of observance of Federal holidays. 2.2 The Contractor shall provide same day transport of all orders prepared by Region Dental Laboratory not later than 1200 noon. 2.3 The Contractor shall provide next day transport of all orders prepared by the Region Dental Laboratory after 1200 noon. 2.4 The Contractor shall deliver the finished prostheses no later than 14 calendar days from the date the order is transported from the Region Dental Laboratory. 2.5 The process for notifying the contractor of orders ready to be filled will be coordinated with the contractor after contract award based on the transport procedure proposed by the offeror. Communication methods will include telephone, facsimile, or email as necessary. Designated Government personnel authorized to initiate orders will be identified. 2.6 Transport services will not be separately priced. 3. PRODUCTS/SERVICES: The Contractor shall provide: 3.1 Porcelain fused to high noble metal crown/bridge with options: metal occlusal surface, crown under partial (survey crown), porcelain labial butt margin, and implant supported crowns and abutments. Metal cutback design for porcelain fused to metal crowns will be provided by prescribing doctor. Contractor will be provided and shall follow the metal cutback design sheet supplied by Region Dental Laboratory. 3.2 Processed, flexible partial denture frameworks (Valplast, Flextite or equivalent material) and cast metal frameworks with denture teeth. 3.3 Lab fabricated/processed provisional restorations utilizing acrylic or composite type materials. 3.4 All ceramic restorations with options; Empress-crown/ veneer/inlay/onlay, Procera-crown/veneer/inlay/onlay, LAVA-crown/veneer/inlay/onlay. 3.5 In providing services, the laboratory shall apply its expertise and experience to identify potential dental prosthetic problems before producing the prosthesis. If the laboratory recognizes potential problems in the requested prosthetic design that will lead to fit or aesthetic deficiencies in the prosthesis that can only be overcome by a significant deviation from the original prescription, the contractor shall consult with the Region Dental Laboratory prior to proceeding. Further, prostheses that cannot be fabricated without compromising the integrity of the restoration or that place the tooth or remaining teeth in jeopardy of further destruction shall be immediately returned. The Region Dental Laboratory will make every effort to properly screen cases prior to sending to the Contractor. 4. RESERVED 5. PACKAGING: Each individual framework/product shall be delivered in a sealed, see-through plastic envelope with the service ticket attached to the envelope. The service ticket at a minimum shall have the description of prescriptions, description of service/product, patient's name, and patient's case number. Specific acrylics, alloys and/or porcelains used in prostheses fabrication shall be documented. Packaging shall be of protective quality to ensure that the product is undamaged during handling. 6. QUALITYIWORKMANSHIP: 6.1 The Region Dental Laboratory Officer or designated dentist or dental technician will inspect each fabrication delivered by the contractor and make a determination of the quality of the fabrication. Each prosthesis will be inspected for fit, finish, esthetics, patient comfort and satisfaction. Specific evaluation criteria are as follows: 6.1.1 Fixed Prosthetics Checklist: 1. Restoration matches prescription regarding design and fabrication with respect to current dental lab technology. 2. Shade matches prescription. Characterizations provided when requested. 3. Restoration fits master die without rocking or abrading die. Internal adjustments have not obliterated any grooves or boxes utilized to improve retention. 4. Marginal adaptation is accurate and closed under 6X magnification. Clinically acceptable margins when restoration is on tooth. Margins are not over polished. 5. Marginal ridges harmonize with marginal ridges of adjacent teeth. 6. Proximal contacts are correct and allow shimstock to pull on solid cast and dental floss to lightly snap when evaluating intraorally. 7. Occlusion meets doctor?s prescription. There are no occlusal prematurities in maximum intercuspation or lateral and protrusive excursions. There shall be no centric stops on inclined cusp planes. 8. Tooth anatomy is correct and lifelike, with secondary anatomical features. 9. Restoration harmonizes w/teeth in regard to facial and lingual contours. Crown is not overbulked in ginival third. Cusp heights and occlusal plane harmonize with adjacent teeth. 10. Restoration polished to high shine and internally microabraded with 50 micron aluminous oxide. Internal shall also be cleaned of any polishing compounds or other materials. 11. Internal metal on porcelain fused to metal crowns shall be free of porcelain opaque, glaze or other debris. 12. All-ceramic crowns and veneers shall be internally etched with HF acid with respect to manufactures specifications. 6.1.2 Removable Prosthetics Checklist: 1. Restoration matches prescription and any surveyed and designed casts that accompany the case. Dentist's RPD design is followed with no major deviations. 2. 3. Occlusion is correct and follows prescription with respect to occlusal scheme desired (ie. lingualized, bilateral balanced, etc). Correct tooth mold utilized. Denture teeth are not overground and occlusal anatomy is preserved. 4. Esthetics are correct. Teeth provided match prescription in mold shape and in shade. Gingival acrylic shades match prescription with respect to shade and desired pigmentation. There is no acrylic resin flash processed onto teeth. 5. Restoration harmonizes w/remaining teeth. Buccal and lingual contours are in line with adjacent teeth. Compensating curve is uniform. Teeth are not set grossly outside the normal arch form. Gingival contours are correct anatomically. 6. Restoration polished to a high shine without damage to teeth and cleaned. 7. Shade matches prescription. Acrylic shade matches prescription. 8. Periphery is correct and properly extended to vestibular sulcus established in the master cast. Posterior palatal border not overextended. 6.2 Products that are deemed unacceptable in accordance with the above criteria will be returned for subsequent adjustments/reworks. Completed adjustments/reworks shall be delivered to the Region Dental Laboratory no later than 7 calendar days after the adjustment/rework order is placed. Such adjustments/reworks shall be at no additional cost to the Government as long as no substantive modifications or alterations of the original prostheses has taken place by dentist. 7. PATIENT CONFIDENTIALITY: The Contractor shall comply with HIPAA (Health Insurance Portability and Accountability Act) privacy and security requirements in accordance with Attachment I. 8. SMOKING POLICY: Smoking on the Government facility is permitted only in designated areas. 9. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Contractors will be required to obtain contractor's base pass from Pass and Decal. 10. The Secretary of the Navy has determined that the illegal possession or use of drugs and paraphernalia in a military setting contributes directly to military drug abuse and undermines Command efforts to eliminate drug abuse among military personnel. The policy of the Department of the Navy (including the Marine Corps) is to deter and detect drug offenses on military installations. Measures to be taken to identify drug offenses on military installations, and to prevent introduction of illegal drugs and paraphernalia, include routine random inspection of vehicles while entering or leaving, with drug detection dogs when available, and random inspection of personal possessions on entry or exit. If there is probable cause to believe that a health care worker has been engaged in use, possession, or trafficking of drugs, the health care worker may be detained for a limited period of time until he/she can be removed from the installation or turned over to local law enforcemen t personnel having jurisdiction. When illegal drugs are discovered in the course of an inspection or search of a vehicle operated by a health care worker, the health care worker and vehicle may be detained for a reasonable period of time necessary to surrender the individual and vehicle to appropriate civil law enforcement personnel. Action may be taken to suspend, revoke, or deny clinical privileges as well as installation driving privileges. Implicit with the acceptance of this contract is the agreement by the health care worker to comply with all Federal and State laws as well as regulations issued by the Commander of the military installation concerning illegal drugs and paraphernalia. 11. QUALIFICATIONS. 11.1 The Contractor shall be a full service laboratory that could integrate the combined treatment needs of the prosthetic patient requiring simultaneous fixed, removable and implant supported prostheses. 11.2 The contractor shall be certified by the National Association of Dental Laboratories (NADL). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-18. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.arnet.gov/far and www.dtic.mil/dfars. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (OCT 2003) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) with the following clauses incorporated in sections (a) 52.333-3 Protest After Award (AUG 1996)(31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)(Pub. L. 108-77, 108-78), (b) 52.233-4 Applicable Lae for Breach of Contract Claim (OCT 2004), (b) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (APR 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) 52.222-36 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 (DEC 2001) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2006) wih the following clause incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005), 252.232-7003 Electronic Submission of Payment Request (MAY 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005); 52.212-1 Solicitation Provisions Incorporated by Reference (FEB 1998). All responsible sources may submit a quotation which shall be considered by the agency. Quotations will be evaluated based on product compatability, past performance and price. Product compatability and past performance, when combined, is more important than price. Award will be made on an ?all or none? basis. The Government will only consider firm-fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications?Commercial Items (JUN 2006). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Electronic submission of quotes: Quotations shall be submitted electronically by email to kimberly.dsouza@med.navy.mil or by facsimile at 619-532-5596, attention Kimberly D?Souza Phone: 619-532-8076. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and e-mail submissions.
 
Record
SN01394413-W 20070906/070904221703 (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.