Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOURCES SOUGHT

Q -- Dental Lab Sources Sought Tomah, WI

Notice Date
1/10/2019
 
Notice Type
Synopsis
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0271
 
Response Due
1/15/2019
 
Archive Date
2/14/2019
 
Point of Contact
james.hedman2@va.gov
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of Other than Small Businesses and Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339116 (Dental Laboratories). Veterans Integrated Service Network (VISN) 12 is seeking to procure a service contract for supplies, labor, supervision, tools and equipment to fabricate, repair, and supply dental products and services on an as needed basis for the Tomah VA Medical Center located in Tomah, WI for an ordering period of three years. The Government is requesting that Other Than Small Businesses and Small Businesses, including VIP-Verified VOSB or SDVOSB sources respond if it can provide the products and services according to the statement of work (see the Products and Services and Statement of Work sections below). Interested Other Than Small Businesses and Small Businesses including VIP-Verified VOSBs and SDVOSBs are required to submit an e-mail delineating: Qualifications, capabilities, and experience for providing this product; Business size/Socioeconomic status; and If the product is on the Federal Supply Schedule or the Open Market. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339116 and the small business size standard is 500 employees. Responses due are to be submitted by e-mail to Jim Hedman at james.hedman2@va.gov. The information requested must be received no later than 09:00 a.m. CST on 1/15/2019. Products and Services: Number Description Qty 1 All Metal Backings/Steele Facings (or Dummy) 4 2 Anodizing 2 3 Astra Tech Impression Coping 3 4 Ball Clasp 3 5 Bioblend IPN Anterior Teeth 190 6 Bioform IPN Anterior Teeth 8 7 Bioform IPN Posterior Teeth 247 8 Bite Rim 97 9 Bite Rim on Partial 32 10 Bite Rim on Processed Base 12 11 Bleaching Tray 2 12 BruXZir Crown/Bridge 284 13 BruxZir Inlay 8 14 CAD/CAM Oral Temps 9 15 Cast Clasp W/Retention 3 16 Cast Partial Repair 2 17 Clear Sports Mouthguard 7 18 Comfort H/S Splint 12 19 Composite Facing on Partial 2 20 Custom Titanium Abutment 4 21 Custom Tray 74 22 Denture Process 15 23 Denture Set-Up 89 24 Direct HilNoble Metal Post/Core 2 25 Dura flex Process 15 26 Duraflex Setup 17 27 Emax Crown 4 28 Empress Crown 2 29 ERA OD Housing 5 30 Essix Retainer 30 31 Forte YZR Coping 2 32 Full Cast Yellow Noble Crown 62 33 Glaze Bisque Bake 2 34 Gleb Splint 2 35 Hard Acrylic Splint Sprinkled 4 36 Hard Reline 7 37 Indirect Noble Metal Post/Core 4 38 Insert Clix 3 39 Insertion Tool/Driver Tool 2 40 Kulzer Artic Anterior Teeth 134 41 Kulzer Artic Posterior Teeth 275 42 Kulzer Mondial Anterior Teeth 3 43 Lab Analog 2 44 Laser Weld Partial and Denture 2 45 Lava Crown 3 46 Locator Laser Bar Female 2 47 Locator Male 2 48 Lower Acrylic Partial Setup 15 49 Lower Partial Setup (No Teeth Included) 20 50 Lower SupraChrome Framework 7 51 Lower Vitallium Framework 14 52 lvoclar Orthotype Posterior Teeth (Per Tooth) 454 53 lvoclar Vivodent Anterior Teeth (Per Tooth) 275 54 Metal Occlusion Base Metal 2 55 Metal Occlusion Precious Metal 2 56 Metal Tryin Noble Metal 5 57 Myerson Sleep Apnea and Snore Device 9 58 Name in Denture 138 59 Name in Ortho Appliance 19 60 Partial Process and Finish 64 61 Porc/Base Metal Crown/Bridge 2 62 Porc/HiNoble Metal White Brown/Bridge 8 63 Porc/HiNoble Metal White Brown/Bridge 2 64 Porc/Noble Metal Crown/Bridge 25 65 Portrait Anterior Teeth 39 66 Portrait IPM Posterior Teeth 127 67 Reduction Coping 3 68 Soft Proform Occlusal Guard 24 69 Soft Tissue Model 4 70 Sterngold Core Cutter Burr 2 71 Suckdown Prep Reduction Guide 2 72 Tap 3 Elite Appliance 7 73 TCS Unbreakable Metal Combo 2 74 TCS Unbreakable Process 5 75 TCS Unbreakable Setup 5 76 TCS Unbreakable Unilateral Process 4 77 TCS Unbreakable Unilateral Setup 2 78 Telescopic Noble Metal Coping 2 79 Thermoplastic Repair 2 80 Thermoplastic Reset 2 81 Unilateral Cast Process and Finish 3 82 Unilateral Cast Setup 2 83 Upper Acrylic Partial Setup2 23 84 Upper Partial Setup 14 85 Upper SupraChrome Framework 5 86 Upper Vitallium Framework 9 87 Vacuum Form Stent 4 88 Wax Setup Provided by VA 163 89 Wax Up for Matrix 7 90 Wrought Iron Clasp 54 91 Wrought Wire Clasp 13 92 Zircona Lingual/Occlusal Crown 73 93 Zircona Maryland Bridge W/Wings 2 STATEMENT OF WORK SCOPE OF WORK: Contractor will provide all supplies, labor, supervision, tools and equipment to fabricate, repair, and supply the following dental products on an as needed basis for the Tomah VA Medical Center (VAMC), 500 East Veterans Street, Tomah, Wisconsin, 54660, in accordance with the pricing, specifications, terms and conditions listed herein. The period of performance shall be from the effective date of award through January 31, 2022, at the discretion of the Government. The demands of the Tomah VAMC dental patient population require extensive removable and fixed prosthodontic care. Dental services required under this contract include, but are not limited to the following: Complete dentures (including bite rims, set-up, processes & finish) Cast partial dentures (including frameworks, set-up, process and finish) All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process & finish) Complete and partial denture repair and strengthener Complete and partial denture relines and rebases Gold crowns and bridges Ceramic crowns and bridges Cast post and cores Porcelain fused to metal crowns and bridges Model, Die and Articulate Temporary crowns Diagnostic wax-up Implant abutments Maryland bridges abutment wings Precision attachment Porcelain repair Acrylic tray Bleaching tray Thermosplastic mouth guards Acrylic night guards **Any service not on the CLINs shall not be completed unless the Contractor receives a notice to proceed from the Contracting Officer. DENTURES: Dentures (full, acrylic partial, cast partial) will be made of heat cured polymethymethacrylate. Acceptable supplies for removable prosthodontics include: Duratone anteriors and posteriors and Trublend (or equivalent). Acceptable supplies for fixed prosthodontics include: type 3 gold, high noble, noble metals, and quality porcelain systems such as IPS Empress, Procera, Captek and Belle-Glass (or equivalent). Patient Name is required on all dentures/partials in the denture base. TURN-AROUND TIMES: Turn-around time required for each type of fabrication or repair from receipt at lab until back at the Tomah VAMC shall be within the time frames listed below. In case of longer turnaround times, the Contracting Officer Representative (COR)/Contracting Officer Technical Representative (COTR) or Designee must be made aware of the delay before the maximum number of days has expired. Crown & Bridge: 5-to-10 business days Dentures & Trays: 5-to-10 business days Cast Frames: 5-to-10-business days Denture Repair/Rebase/Reline: 1-to-2 business days CASES: Contractor will have the option to either pick-up and deliver cases to the Tomah VAMC or to have them shipped to and from the Tomah VAMC. Pick-ups and deliveries must be made between the hours of 8:00 a.m. and 4:30 p.m. at no additional cost to the VA. If the Contractor chooses shipping to and from Tomah VAMC, packaging & shipping costs must be included in the cost per line item. Contractor will not be allowed to invoice for shipping costs as a separate line item. Cases shipped to and from the Contractor should be packaged according to the following guidelines: Remove dies from models, wrap in foam rubber, and place in plastic containers. Wrap all components individually in bubble wrap and secure. Pack items securely in shipping box with sufficient bubble wrap to avoid movement during shipment. All completed cases will be disinfected and returned to the Dental Clinic via Next Day Shipment at the Contractor s expense. Contractor must identify the specific type of tooth and/or metal used in each prosthesis with the shipment. REWORK: The Contractor will provide items that meet the esthetic and functional requirements of the patient. The Contractor will, at no additional expense to the VA, remake 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 VA. 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. Porcelain will be considered flawed if the porcelain shatters within twelve months of fabrication and remade at the Contractor s expense. ORDER: An order is defined as on prescription or script sent to the vendor via courier (Federal Express or United Parcel Service). Only Tomah VAMC Dentists are authorized to order from this contract, and therefore have been delegated ordering authority. Upon award, the Tomah VAMC will provide the Contractor with a list of current dentists. Tomah VAMC Dentists will provide a legible dental prescription to the Contractor. Contractor shall follow the Tomah VAMC Dentists prescription/instructions on the type of dental fabrication or repair that is necessary. If a prescription is not legible or clearly understood, the Contractor must contact the VAMC Dentist that wrote the prescription for clarification within 48 hours of receiving the prescription. Contractor may work collaboratively with and provide recommendations to Tomah VAMC Dentists, at no additional cost to the VA, on options what would work better than what the dentists prescribed. However, final approval of prescriptions shall reside with the Tomah VAMC Dentists. Contractor will be required to pour all secondary impressions, some of which will require boxing of the impression and the use of vacuum pouring done by the lab. Contractor will use procedures, techniques, and current technology which are considered to be industry standards in the performance of this contract. Contractor will follow all rules and regulations set by the FDA, the State of Wisconsin, and any other regulatory body. It is solely the responsibility of the Contractor to ensure that all rules, laws, regulations, etc. are adhered to in the performance of this contract. The services to be performed by the Contractor will be performed in accordance with dental laboratory industry standards practice and the National Association of Dental Laboratories (NADL) or similar certification or accreditation body. Contractor must obtain all necessary licenses and/or permits regarding the construction and laboratory work to construct dentures. Contractor shall only use Noble Metal PFM and not Base Metal PFM in the performance of this contract. RAMP-UP PERIOD: Clear communication and a mutually-beneficial working relationship will be vital to the success of this contract. Therefore, to help ensure a smooth transition to the offeror, the Government may order items listed on the CLINs prior to the contract s start date. These orders could commence upon notification of the award until 01/31/2019. Any items ordered by the Government during this ramp-up period shall be paid for by credit card and NOT BY THE PURCHASE ORDER ASSOCIATED WITH THIS CONTRACT. There is no guarantee on the dollar value or number of orders which may be required during the ramp-up period. INVOICES: Contractor will invoice the Tomah VAMC monthly in accordance with 852.232-72. Monthly invoices shall be itemized by prescription and date. Invoices shall make clear the date the item was ordered, date the item was shipped, and include the description of the item. SECURITY: The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this requirement. Therefore, a Security Accreditation Package is not required. No C&A or MOU/ISA is required. Sensitive information exposure as part of this contract involves applicable security controls with the facility as part of the VA Information Security Program. If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at 202-461-6309. If there are any questions related to the information security, please have a member of your staff contact the Office of Cyber Security at 304-262-7733. Special Contract Security Requirements: Due to the increased emphasis on privacy and information security, the following special contract requirements are established and hereby made part of the contract entered into with the Department of Veterans Affairs. Privacy Training: Contractor and their sub-Contractors assigned work under the contract are required to receive annual information security awareness training and patient privacy as established by HIPAA statutes. Training must meet VHA s and the Department of Health and Human Services Standards for Privacy of Individually-identifiable health information. Contractor shall provide documented proof to the Contracting Officer that all employees assigned to work and/or having access to protected health information have received annual training. Training can be obtained through http://www.ees-learning.net/. Rules of Behavior for Automated Information Systems: Contractor personnel having access to VA Information Systems are required to read and sign the National VA Rules of Behavior statement which outlines rules of behavior related to VA Automated Information Systems. The National VA Rules of Behavior is signed as a component of the annual Information Security Awareness training. The Contractor shall provide to the Contracting Officer and or the COR a copy of the training certificates for each applicable employee within one week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training within the timeframe required is grounds for suspension or termination of all physical and electronic access privileges and removal from work on the contract until the training and documents are complete. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0271/listing.html)
 
Record
SN05191576-F 20190112/190110230018 (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.