Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

Q -- Dental Lab Services

Notice Date
5/22/2020 1:58:35 PM
 
Notice Type
Sources Sought
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0429
 
Response Due
6/7/2020 9:59:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Susan D MillerContract Officer, Phone: 913-946-1964
 
E-Mail Address
susan.miller99@va.gov
(susan.miller99@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Network Contracting Office (NCO) 15 located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to furnish all labor, supervision, materials, and equipment necessary to accomplish the surveillance, trapping, pesticide applications, and pest removal components of the IPM Program. The Contractor shall provide detailed, site-specific recommendations for structural and procedural modifications to aid in pest prevention within the Marion VA Medical Center; 2401 West Main Street, Marion, IL 62959-1188. � Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and Veteran Owned Small Businesses (VOSBs) are being sought based on the Veterans Administration requirement with Public Law 109-461, Vets First Contracting Program. However, if response by SDVOSB or VOSB firms proves inadequate, an alternate set-aside or full and open competitive solicitation may result. No sub-contracting opportunity is anticipated.� The North American Classification System (NAICS) code for this acquisition is 339116 (Dental Laboratories). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail: to susan.miller99@va.gov. All information submissions should be received no later than 11:59 pm CST on June 7, 2020. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. ����� STATEMENT OF WORK (SOW) General:� Contractor shall provide all labor, material and equipment necessary to repair and or fabricate full dentures, acrylic and wire partials with clasps, and metal framework partial dentures with clasps, and other miscellaneous services for the Department of Veteran Affairs, 1500 N. Westwood Blvd., Poplar Bluff, Missouri 63901.� Other VA Medical Centers within VA Heartland Network 15 can use the contract on a non-mandatory basis as backup to their existing providers.� No alloys shall contain Tyconium. Pick-up and Deliveries:�� Pick�up and deliveries shall be at the cost of the contractor. Pick-ups and deliveries shall be made through UPS and/or FedEx shipping address to John J Pershing VAMC 1500 N. Westwood Blvd., Poplar Bluff, Missouri ATTENTION: DENTAL CLINIC.� All materials delivered shall have the patients� name and last four numbers of his or her social security number affixed to it according to Missouri State Law. . � (A). GENERAL INFORMATION: � (1). Title of Project:� Furnishing Dental Laboratory appliances for the following VA Medical Center.� � John J. Pershing VA Medical Center 1500 N Westwood Blvd Poplar Bluff MO 63901-3318 (2). Scope of Work:� This contract will provide dental appliances to the VA Medical Facility to enable our veterans functioning mastication that allows them to have over all better heath and oral care. (3). Background:�� The absence of teeth impairs one�s ability to properly bite, chew or tear food for consumption. (4). Performance Period:� The Contractor shall begin the work required under this SOW commencing with the effective date of award, unless otherwise directed by the CO, and shall provide continuous service until the date of contract expiration. (5). Type of Contract:� Firm-Fixed-Price. (6). Extension of Contract. This contract may be extended for up to four (4) one (1) year option periods at the option of the VA in accordance with FAR 52.217?9, Option to Extend the Term of the Contract.� Notice of an extension must be served in writing by the VA prior to the scheduled expiration date.� An extension may be exercised subject to the continued acceptable performance and responsibility of the Contractor, the continued requirement for services, and the availability of funds. (B). CONTRACT AWARD MEETING:� The Contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the Contractor that a kick off meeting is waived. � (C). SERVICES TO BE PROVIDED:� �The Contractor shall supply all labor, materials, equipment, tools, supervision, any and all incidentals necessary to perform fabrication all any and all appliances requested in accordance with all state, federal, local and OSHA Regulations, in accordance with the specifications, terms, and conditions of this contract. (1). Description of Services: ������������������������������������������������������������������������������������� Denture Services:� Contractor �price for a finished denture shall include the following: Mount and set-up teeth in wax for try in. Finished denture Patient�s last name on the denture, and or partial denture according to Missouri State Law. Contractor shall be required to use Lucitone 199 or equivalent product. Processing of dentures shall be by heat cure technique. Finished dentures will be evaluated for the following: a.������������ Balance occlusion. b.������������ Aesthetics. c.������������ Contour and polish. ���� All denture teeth will be supplied by the contractor. The contractor will provide cast partial frame work for removable partial dentures. Contractor shall not alter borders. Miscellaneous Services:� Contractor shall provide the following: Pour pindex crown and bridge dies. Denture repairs. Reline dentures. Fabricate custom impression trays. Construct surgical and occlusal splints. �Fabricating of Gold, PFM, or Ceramic crowns, no crowns shall contain lead Quality of the Product:� ���� The government requires a finished denture to be of a higher quality than a typical �economy type� denture. � � Delivery Schedule: � ���� The following delivery schedule is required for the below listed procedures.� All delivery times are based on work days. � � Procedure Delivery Time Models, Dies & Articulations 7 days Bite Block or Tray 7 days Set Up 7 days Denture Finish 7 days Reline 3 days Repair 2 days *Example:�� If the contractor receives denture repair on Monday, the Government requires delivery of the repaired denture no later than the close of business (4:30 PM) on Wednesday. Monthly Invoices: �All monthly charges shall be to OB10. Monthly invoices and individual billing shall provide an itemized listing of all patients name�s,� appropriate dental billing to include ADA codes for each completed� procedure in addition to the designated Contract Number. Sanitation:� All impressions and other items that have contacted oral tissues will be properly sanitized prior to the dental lab receiving it.� One of� two techniques will be used:� (1) immerse in a 1:10 dilution of sodium hypochlorite for 10 minutes. �(2) ADA approved disinfection� method All materials returned to the VA shall have been disinfected by use of an ADA approved chemical disinfectant. ADA Codes used but not limited to the ones as examples as follows: D5110 Dentures complete maxillary�� 2 each D5120 Dentures complete mandible������������ 2 each D5130 Dentures immediate upper���������������� 2 each D5140 Dentures immediate lower 2 each D5211 Dentures max partial resin����������������� 2 each D5212 Dentures mand part resin������������������� 2 each D5213 Dentures max part metal�������������������� 2 each D5214 Dentures mand part metal������������������ 2 each D5510 Rep broken complete dent base��������� 10 each D5610 Repair resin saddle or base������������������ 6 each D5620 Repair cast framework�������������������������� 2 each D5630 Repair or replace broken broken clasp 10 each D5640 Replace broken teeth- per tooth������������ 10 each D5650 Add tooth to existing part 10 each D5660 Add clasp to partial��������������������������������� 5 each D5680 Replace broken clasp with new clasp 5 each D5690 Each additional clasp with rest�������� 5 each D5750 Reline max complete denture����������� 5 each D5751 Reline mand complete denture���������� 5 each D5810 Interim complete denture max 2 each D5811 Interim complete denture mand� 2 each D5820 Interim partial denture max������������������ 2 each D5821 Interim partial denture mand��������������� 2 each D5860 Overdenture-complete, by report��������� 2 each D5861 Overdenture-partial, by report�������������� 2 each �D2750 �Crown porcelain w/h noble m �2 each �D2790 Crown full cast high noble m 12 each D6219 Prosthodont high noble metal 2 each �D6212 Bridge noble metal cast �2 each D6240 Bridge porcelain high noble 2 each D6242 Bridge porcelain noble metal 2 each D6750 Crown porcelain high noble 2 each D6790 Crown full high noble metal 2 each D6792 Crown full noble metal cast 2 each �D2740 Crown porcelain/ceramic subs 2 each Contractor shall be required to keep record management and present record management upon request by qualified VA personnel. Contracting Officer Representative (COR) is responsible for ensuring that contractor personnel complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information training (see appendix A) on an annual basis. COR will maintain copies of training per Records Management guidelines.�� RECORDS MANAGEMENT Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dcf2cf9ba0014583b0952d6997c70fe8/view)
 
Place of Performance
Address: Poplar Bluff, MO 63901, USA
Zip Code: 63901
Country: USA
 
Record
SN05669419-F 20200524/200522230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.