Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
DOCUMENT

Q -- Dental Lab Services for West Palm Beach VA - Mar 1, 2011 to Feb 29, 2012 (plus 4 option years) - Attachment

Notice Date
2/7/2011
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;West Palm Beach FL 33410-6400
 
ZIP Code
33410-6400
 
Solicitation Number
VA24811RP0104
 
Response Due
2/10/2011
 
Archive Date
4/11/2011
 
Point of Contact
Eric Sullivan, Contracting Officer
 
E-Mail Address
22-1272<br
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 2 to RFP No. VA-248-11-RP-0104 This amendment clarifies that the response date is Feb 10, 2011, that a single award will be made, and that proposed turn around times are required for each item on the Price List. The requirement for National Dental Lab Association certification has been removed. Several applicable clauses have also been added through this amendment and a Business Association Agreement attachment is now included. Dental Lab Services 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. This solicitation is issued as a request for proposal (RFP). This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This is a total small business set-aside and only offers from small businesses shall be considered. The relevant NAICS code is 339116 with small business size standard of 500 employees. Proposals are due on February 10, 2011 at 5 p.m. Eastern Time. Proposals, as well as any questions or requests for clarifications, should be submitted to Eric Sullivan, Contracting Officer at the West Palm Beach VA Medical Center, by email (eric.sullivan2@va.gov) or facsimile (561-422-6507). The deadline for submitting any questions or request for clarifications is Monday January 31, 2011 at 5 p.m. Eastern Time. Other means of proposal submission must be submitted for consideration to the Contracting Officer who can be reached by phone, (561) 422-1272, or email, eric.sullivan2@va.gov. In all cases, offerors are strongly encouraged to confirm receipt of proposals. The West Palm Beach VA Medical Center (7305 North Military Trail, West Palm Beach, FL 33410) has a requirement for dental laboratory services. All work shall be done in accordance with the attached Statement of Work. Contractor shall provide all the necessary labor, supervision, tools, supplies/materials and equipment necessary to fabricate, repair and supply the required dental products upon request for eligible beneficiaries of the VA Medical Center West Palm Beach, 7305 North Military Trail, West Palm Beach FL. The contractor will provide dental laboratory support including fixed and removable prosthodontic laboratory work. When VA West Palm Beach requires a service that is not listed in this proposal, it must be added as a fixed price Contract Line Item Number (Contract modifications must be completed by the Contracting Officer). The VA intends to establish a firm fixed price requirements contract, based on the estimated quantities shown in the Price List attachment, with the successful offeror. The period of performance is for a 12-month base period beginning on the effective date of contract award, which is estimated to be on March 1, 2011, with four 12-month option periods. The Contracting Officer in consultation with the COTR will determine whether to unilaterally exercise each option year period with prior notice to the Contractor. Anticipated performance periods subject to change based on actual contract start date: Base period: March 1, 2011 - February 29, 2012 Option period 1: March 1, 2012 - February 28, 2013 Option period 2:March 1, 2013 - February 28, 2014 Option period 3:March 1, 2014 - February 28, 2015 Option period 4: March 1, 2015 - February 29, 2016 A single award shall be made to the responsive, responsible offeror in accordance with the evaluation criteria outlined in the Proposal Evaluation Criteria section. Successful offers must be registered with the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) and provide representations and certifications either electronically online (https://orca.bpn.gov/) or in writing by requesting a written form (FAR 52.212-3 Offeror Representations and Certifications - Commercial Items) from the Contracting Officer. The Service Contract Act and Department of Labor Wage Determination WD 05-2111 (Rev.-11) applies to this procurement. The Wage Determination can be accessed at http://www.wdol.gov/. A Business Association Agreement will be required with the successful offeror (see template attached). Proposal Submission: Each proposal should include the following. Additional information is not requested and is likely to be discarded without review. 1.Completed price list showing unit and total prices for each line item, a total for each year of performance, and a grand total. 2.Technical capabilities document addressing how the offeror meets the technical capability requirements outlined above in the Proposal Evaluation Criteria section. This document should be limited to 10 pages, including any attachments or exhibits, and should not be in a font size smaller than Times New Roman 12. 3.Past Performance list of references from whom past performance information was requested to be submitted to the VA. 4.Evidence of registration in the Central Contractor Registration (www.ccr.gov) database. Proposal Evaluation Criteria Proposals shall be evaluated in accordance with FAR 52.212-2 Evaluation-Commercial Items as follows. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The VA intends to award without discussions. As such, Offerors are advised to submit all information requested and to provide their best possible offer. (b)The following factors shall be used to evaluate offers: 1.Technical Capability The evaluation of technical capability will consider whether the Contractor has the required capability to perform the types of service required by the statement of work. "A copy of the Contractor's current certifications. "List of personnel and copies of licenses, training records, and other qualifications of any personnel performing services under this contract. "A sample of work to be evaluated sent by mail to Eric Sullivan, Contracting Officer at: 7305 North Military Trail Building 12 (Procurement/Contracting) West Palm Beach, FL 33410 "A description of the process that shall be utilized for pickup and delivery of dental prostheses, including how turnaround time will be met. Describe how quickly more urgent requirements will be met and what method(s) will be used to ensure that timeline. "A description of the Contractor's facilities listed by location, up to and including photographs of the site. "Quality Control Plan (See Statement of Work and attached Quality Assurance Surveillance Plan) During the technical capability evaluation, each offeror will be assigned one of the following ratings: Technical Capability RatingDescription PASSBased on the offeror's qualifications and experience, the government has confidence the offeror will successfully perform the required effort. FAILBased on the offeror's qualifications and experience, significant doubt exists that the offeror will successfully perform the required effort. 2.Past Performance The evaluation of past performance information will be obtained from current (within the last three years) references provided by the Offeror and from other sources known to the Government or otherwise learned of during the course of the evaluation. Each record shall include CURRENT contact information. Each offeror will be evaluated on past performance over the past three (3) years, since the issue date of the solicitation, in managing and conducting projects of similar scope and complexity to that of this solicitation. The Government will focus on information that demonstrates quality of performance relative to the scope and complexity of the procurement under consideration. References other than those identified by the Offeror may be contacted by the Government. A neutral rating will be given if no Past Performance information is available for services of a similar nature. Offerors shall request that the attached Past Performance Survey be completed by prior a prior client/customer and take responsibility to have the completed surveys submitted to the Contracting Officer by the closing date. Offerors shall also provide a list of these references with their proposal containing the following information: "Company name and mailing address "Evaluator's name, phone number, and email address "Brief description of scope and complexity of work "Approximate annual dollar value of work completed "Period of performance In performing the past performance evaluation, each offeror will receive a relevancy rating for each piece of performance information provided or otherwise obtained and for the overall past performance rating, more highly relevant past performance information shall be considered more favorably than less relevant information. RELEVANCY OF PAST PERFORMANCE INFORMATION RatingDescription Highly RelevantThe previously performed work is of a highly similar or same nature in terms of both the scope and complexity of work and was performed wholly or in part within the last 3 years. RelevantThe previously performed work is of a similar nature in terms of either the scope or the complexity of work or similar in nature in terms of both and was performed wholly or in part within the last 3 years. Non-relevantThe previously performed work is not similar in nature to either the scope or the complexity of work and/or was not performed wholly or in part within the last 3 years. OVERALL PAST PERFORMANCE RATING RatingDescription OutstandingPerformance greatly exceeded the contract requirements. There is the highest amount of confidence that the offeror will successfully perform the required services. Above AveragePerformance exceeded the contract requirements. There is a high amount of confidence that the offeror will successfully perform the required services. SatisfactoryPerformance met the contract requirements. There is some confidence that the offeror will successfully perform the required services. MarginalPerformance met the minimum contract requirements but some material aspects of the contractor's performance were less than satisfactory. Some doubt exists that the offeror will successfully perform the required services. UnacceptablePast performance was poor and/or did not satisfy contract requirements. Significant doubt exists that the offeror will successfully perform the required services. 3. Price Each offeror's price shall be submitted using the price list document enclosed with this solicitation. Technical capability and past performance, when combined, are more important than price. (c) Options. 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). (d) 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, shall 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 notice of withdrawal is received before award. (End of provision) PROVISIONS AND CLAUSES FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans, (Sep 2010) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). WAGE DETERMINATION 05-2111 (Rev.-11) OCCUPATION CODETITLERATE 12020 - Dental Assistant $15.13 30210 - Laboratory Technician $18.62 (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this 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 and 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 termination 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 type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately 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. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm-fixed price requirements contract resulting from this solicitation. (End of provision) FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from March 1, 2011 through April 30, 2012. The exercise of options shall extend this period of time to correspond to the option performance period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19 Order Limitations. (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $10 the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $5,000; (2) Any order for a combination of items in excess of 30 units; or (3) A series of orders from the same ordering office within 5 business days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 working days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) FAR 52.216-21 Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2012 or the ending performance date of exercised option. (End of clause) FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Eric Sullivan, Contracting Officer at the West Palm Beach VA Medical Center, (561) 422-1272, eric.sullivan2@va.gov. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (End of provision) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates 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/these address(es): https://www.acquisition.gov/Far/loadmainre.html http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (End of clause) VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - OCT 2008) (a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov/. (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/. (End of clause) Provisions and clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.204-9Personal Identity Verification of Contractor Personnel (Sept 2007) FAR 52.209-7Information Regarding Responsibility Matters (Jan 2011) FAR 52.212-1 Instructions to Offerors - Commercial items (June 2008) FAR 52.212-4 Terms and Conditions - Commercial items (June 2010) FAR 52.217-5 Evaluation of Options (July 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.222-41Service Contract Act of 1965 (Nov 2007) FAR 52.225-2Buy American Act Certificate (Feb 2009) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-4Applicable Law for Breach of Contract Claim (Oct 2004) VAAR 852.203-70 Commercial advertising (Jan 2008) VAAR 852.203-71 Display of Department of Veterans Affairs hotline poster (Dec 1992) VAAR 852.216-70 (Alt. II)Estimated Quantities (Apr 1984) VAAR 852.233-70Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71Alternate protest procedure (Jan 1998) VAAR 852.237-70 Contractor responsibilities (Apr 1984) VAAR 852.270-1 Representatives of contracting officers (Jan 2008) VAAR 852.271-70Nondiscrimination in services provided to beneficiaries (Jan 2008) VAAR 852.273-70 Late offers (Jan 2003) VAAR 852.273-74 Award without exchanges (Jan 2003) VAAR 852.273-76Electronic Invoice Submission (Oct 2008) STATEMENT OF WORK Overview The West Palm Beach VA Healthcare System has a need for dental laboratory services which are not all inclusive of the service requirements of the Dental Service at the West Palm Beach VAMC. The contractor will provide laboratory support including fixed and removable Prosthodontic laboratory work. Scope of Services The following services shall be provided by the contractor on an as needed basis: 1.Complete dentures (including bite rims, set-up, process and finish) 2.Cast partial dentures (including frameworks, set-up, process and finish) 3.All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process and finish) 4.Use of therma-flex or duracetal claps on cast partial frame works. 5.Flexible Resin partial dentures 6.Complete and partial denture repair 7.Complete and partial denture relines and rebases 8.Thermoplastic mouth guards 9.Traditional acrylic night guards 10.Porcelain fused to metal crowns and bridges 11.All gold crowns and bridges 12.All ceramic crowns, porcelain veneers and bridges including Lava 13.Processed provisional crowns and bridges 14.Diagnostic wax-up and design services for removable and fixed prosthodontics 15.Pre-fabricated and custom abutments for implants 16.Implant supported crowns and bridges 17.Implant stents 18.Maryland bridges 19.Precision cast retentive bars 20.Precision and semi-precision attachments 21.Cast gold post and cores The contractor will provide all materials and supplies necessary to complete each item. Acceptable suppliesfor removable prosthodontics include: Lucitone 199 denture acrylic and Trubyte Bioblend, Ivoclar or Portrait IPN denture teeth. Acceptable supplies for fixed prosthodontics include: type 3 gold, high noble metals and quality porcelain systems such as Lava, IPS Empress, Procera, Captek and Belle-Glass. The contractor will provide items that meet the aesthetic and functional requirements of the patient. The contractor will be familiar with mould guides by Trubyte Bioblend, Ivoclar and Portrait IPN and with their comparable shade guides and the VITA 3D Tooth guide. High quality materials will be utilized from ISO 9001/CE registered companies. The contractor will use procedures, techniques and current technology which are considered to be the standards in the industry. The contractor will offer, at no additional cost to the VA, professional case consultation as well as responsive and knowledgeable customer service. Quality Control The contractor shall maintain a Quality Assurance Process (QA) that will guarantee a product that meets the patient's natural aesthetics & superior fit with minimal chair time. Use of high quality raw materials purchased from ISO 9001/CE registered companies. Laboratory will perform internal technical audits to ensure consistent, high quality, and timely restorations. The contractor's laboratory will use procedures, techniques and current technologies which are consistent with standards of practices in this industry. This includes the use of Dental Wave 7000 Microwave burnout technology, Cad Cam technology & advanced laser welding. Laboratory will provide a thorough infection control process for all incoming and outgoing cases. All completed services must be disinfected before the product is returned to the West Palm Beach VA Medical Center and The contractor will, at no additional expense to VA, re-make all dental items that are not correct or flawed due to contractor error. For example, if a crown does not fit the die, it will be considered flawed and unacceptable. The crown will be remade at no additional expense to the government. If the crown fits the die but not on the patient's tooth, it will be considered a flawed action of the government and the remake will be at the VA's expense. If, in the case of porcelain work, the porcelain shatters within twelve months of fabrication, it will be considered flawed and remade at no additional expense to the VA. The West Palm Beach VA Dentists will provide legible dental service prescriptions. The Dentists will provide accurate impressions and bite registrations. If a prescription is not legible or clearly understood, the contractor must contact the VA's Contracting Officer's Technical Representative (COTR) to obtain a clear and legible prescription. Performance Timelines Impressions, teeth, prescriptions, finished product, etc. will be picked up from the VA West Palm Beach Dental Service by the contractor and transported to the contractor's laboratory at the contractor's expense. Completed work will be immediately returned back to the location from which it was received. The contractor must identify the specific type of metal used in each prosthesis at the time of delivery. The West Palm Beach VA desires that work be returned when completed and encourages daily deliveries, Monday through Friday, excluding Federal Holidays. Pick-ups and deliveries must be accomplished between the hours of 7:30 a.m. - 4:00 p.m. It is the intent of the Government to make a single award to a Small Business with such proximity to the VA West Palm Beach facility as to provide a two (2) hour response time when required to help meet patient's nutritional needs. All crown and bridge procedures shall be completed within ten (10) working days from the day of arrival at the laboratory. All complete and partial denture steps shall be completed within Seven (7) working days of pick-up. A proposed turnaround time including pick-up and delivery of each line item listed in the price list should be submitted. Additional Service: No charge pick-up and delivery service to ensure that casework arrives on time and safely. Other Requirements A copy of the contractor's current certifications must be provided to the West Palm Beach VA Healthcare system with completed proposal. The contractor's laboratory will offer professional case consultation, responsive and knowledgeable customer support representatives, computerized tracking, and personalized shipping and delivery services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24811RP0104/listing.html)
 
Document(s)
Attachment
 
File Name: VA-248-11-RP-0104 VA-248-11-RP-0104_3.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175103&FileName=VA-248-11-RP-0104-005.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175103&FileName=VA-248-11-RP-0104-005.doc

 
File Name: VA-248-11-RP-0104 BUSINESS ASSOCIATE AGREEMENT.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175104&FileName=VA-248-11-RP-0104-006.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=175104&FileName=VA-248-11-RP-0104-006.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02374114-W 20110209/110207233921-6c8d3888e6e56a45d567d9227e0ae2b5 (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.