Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2006 FBO #1507
SOLICITATION NOTICE

65--65 -- Flexible Removable Partial Dentures

Notice Date
1/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-36-06
 
Response Due
1/23/2006
 
Archive Date
2/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) number 688-36-06. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-5. The NAIC code for this solicitation is 339116. The small business size standard is 500 employees. This service contract shall include three one year options request for backup support to cover the Central Dental Laboratory located at the VAMC Washington, DC. Contractor shall provide fully fabricated flexible removable partial dentures, setups, and complete and/or partial dentures with Lucitone 199. Provide pick up and delivery service free of charge. Casework is to be completed in a satisfactory manner and returned to our Central Dental Lab within 7 workdays from the date of pick up. Master/opposing casts will be articulated by our CDL. Duplicated master cast and denture teeth with or without a metal framework and FRS or Valpast will be provided by our laboratory. Casework will be created with adequate retention (Diatorics) to prevent denture teeth from loosening or detaching from the flexible base. All prostheses will be returned on the original, undamaged master cast, exhibiting quality assured fit, retention, occlusion and esthetics. Trail wax setup and/or processing will include esthetics and anatomic mucosal/gingival contours, as will as bilaterally stable occlusion. All casework will be completed fabricated, setup and/or processed at its? flat rate with no extra charge regardless of number of teeth, retention, rests, molds of denture teeth, and with or without provided metal framework. 1. BASE YEAR (02/01/06 -01/31/07) @ $_____________per month x 12 months =$_________________2. OPTION YEAR 1 (02/01/07 ? 01/31/08 @ $___________per month x 12 months =$______________. 3. OPTION YEAR 2 (02/01/08 ? 01/31/09 @ $____________per 12 month x 12 months =$__________________. 4. OPTION YEAR 3 (02/01/09 ? 01/31/10) @ $____________per month x 12 months =$_____________. GRAND TOTAL ITEMS 1-4 $________________Acceptance time will be 60 days from bid opening date. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (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) 52.233-3, Protest After Award. (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:[X] 52.219-6, Notice of Total Small Business Aside; [X] 52.219-8, Utilization of Small Business; [X] 52.219-14, Limitations on Subcontracting; [X] 52.222-3, Convict Labor; [X] 52.222-21, Prohibition of Segregated Facilities;[X]52.222-26, Equal Opportunity;[X] 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.222-36, Affirmative Action for Workers with Disabilities; [X] 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; [X] 52.225-13, Restrictions on Certain Foreign Purchases;[X] 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration. (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: [X] 52.222-41, Service Contract Act of 1965, as Amended;[X] 52.222-42, Statement of Equivalent Rates for Federal Hires. Rates can be obtained from website: http://www.wdol.gov/sca.aspx#0, Wage Determination No 1994-2103 Rev. (34); [X] 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts).Bidders responding to this announcement shall submit a bid along with the information required in 52.212-1 and a completed copy of provision 52.212-3 Representations and Certifications. 52.217-8 Option to Extend Services; the Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 42 months. 52.233-2 Service of Protest: (a) Protests, as defined in section 33.101 of the Federal Acquisitions Regulations that are filed directly with an agency and copies of any protests that are filed with General Accounting Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgement of receipt from Purchasing and Contracting (688/90c), 50 Irving Street NW, Room 3D233, Washington, DC 20422. (b) The copy of any protest shall be received in the office designated above within one day of filling protest with the GAO; 852.233-70 Protest Content; 852.233-71, Alternative Protest Procedure; 52.232-19, Availability of Funds for Next Fiscal Year; 852.236-86, Worker?s Compensation; 852.270-1, Representatives of Contracting Officers; 852.170-4 Commercial Adverting; 852.211-71 (A) Guarantee; 52.228-5 Insurance- Work on a Government Installation; Supplemental Insurance Requirement. In accordance with FAR 28.307-2 the successful bidder must present to the Contracting officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (a) Workers? compensation and employer?s liability. Contractors are required to comply with applicable Federal and State workers? compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer?s liability section of the insurance policy, except when contract operations are so commingled with a contractor?s commercial operations that it would not be practical to require this coverage. Employer?s liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers? compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.)(b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Contractor Personnel Security Requirements: All contractor employees who require access to perform services at the Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC shall be the subject of finger printing by the VA Police Service. This requirement is applicable to all subcontractor personnel requiring the same access. Finger printing will be conducted on the 1st day of the personnel coming on site. Depending on the results of the fingerprinting, a background investigation may be necessary. 1. Contractor Responsibilities -The contractor shall prescreen all personnel requiring access to the VA Medical Center. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: List of names of contractor personnel. Social Security Number of contractor personnel. Home address of contractor personnel. Contractor should provide same list for all subcontractors. Contractor is responsible to update lists as changes in personnel occur. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration to work under the contract. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities: After receiving the contractor?s list of employees the VA Police Service will fingerprint contractor employees at the Medical Center and issue an ID Badge. Award will be made to offeror whose conforming to the solicitation is determined to be most advantageous to the Government. Offerors may obtain copies of the referenced provisions and clauses at http://arnet.gov. Quotations must be received by 4:00 PM local time January 23, 2006, Dorrence A. Carrington, VA Medical Center (688/90C), Room 3D233, 50 Irving Street NW, Washington, DC 20422. Web based and faxed offers will be accepted. All responsible sources will be considered.
 
Place of Performance
Address: VA Medical Center, 50 Irving St., NW Washington, DC
Zip Code: 20422
Country: United States
 
Record
SN00963308-W 20060111/060109211808 (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.