Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOURCES SOUGHT

W -- Mobile Dental Trailers

Notice Date
9/23/2008
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-TRAILERS
 
Response Due
10/24/2008
 
Archive Date
12/23/2008
 
Point of Contact
Yvonne V. Smith, 210-295-4365<br />
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought synopsis only. The Center for Health Care Contracting (CHCC), is conducting market research to determine the existence of business sources capable of providing temporary Mobile Self-Contained Dental Units at Fort McCoy, WI, Fort Dix, NJ, Camp Atterbury, IN, and Camp Shelby, MS. Other than small businesses are not prohibited from responding to this announcement. The contractor shall provide services in accordance with the following Statement of Work: 1. GENERAL. The Office of The Surgeon General (OTSG), Army, has directed the United States Army Dental Command (DENCOM) to initiate the Reserve Components Dental Demobilization Mission (RC-DDR) at multiple CONUS sites. The primary tasking of the DDR is to conduct demobilization dental examinations and radiographs on Reserve Component Soldiers who will be returning from theater and demobilizing at Ft. McCoy, WI; Fort Dix, NJ; Camp Atterbury, IN; and Camp Shelby, MS hereafter referred to as the RC Platform. Given the abbreviated timeline of Brigade Combat Teams at the Demobilization site, the existing Soldier Readiness Processing (SRP) dental station and dental clinic at these sites do not have sufficient facility capacity to support the demobilization mission when a Mobilization mission is occurring simultaneously. A concurrent Mobilization mission will have priority over a demobilization mission. The facility requirements to support the mobilization mission will amplify the degree of insufficient facilities to concurrently support the demobilization mission. In order to meet the mission directive, the DENCOM commander has directed a course of action which consists of using mobile, self-contained dental delivery systems such as trailers or buses to be placed on site at the RC Platforms and staffed with DENCOM acquired personnel to perform the mission. Exact start dates and end dates are dependent upon conditions in the theatre and airflow schedules from theater to the continental United States (CONUS) demobilization platforms. The contractor shall be prepared to provide the self-contained mobile dental units with a start date of 01 November 2008. The Government will provide the contractor 14 calendar days notice prior to the start date to have the self-contained mobile dental units set up for operations at any or all of the required sites. This contract intends to establish an instrument to provide dental mobile facilities at RC Platform sites on an as needed basis. This contract will serve as an interim solution and services will be required whenever combined Mobilization and DDR mission coincide at any/all RC Platform sites. 1.1. SCOPE OF WORK. 1.2. The contractor shall provide non-personal services for a series of dental examination rooms, digital radiographic equipment, film printers, computers, monitors and imaging systems for reading the digital radiographs located within a climate controlled self-contained mobile dental units such as a trailer or self-propelled bus that can be transported to, set up, operated and maintained during the mission. Modular buildings or tents are not acceptable. The planned location of the self-contained mobile dental units shall be located on a field as near to the SRP dental station dental annex at each RC Platform site as possible. The self-contained mobile dental units must meet the mission requirements outlined in paragraphs 4.1 through 4.19 of this PWS. 2. PERSONNEL 2.1. The contractor shall not provide dental provider personnel to work within the self-contained mobile dental units. 2.2. The contractor shall provide all necessary personnel to deliver, set up, maintain, shut down and remove the self-contained dental delivery systems to meet both on site and off site operational requirements as outlined in paragraphs 4.11 and 4.12 of this PWS. In addition, the contractor shall provide all necessary personnel to maintain dental chairs, dental lights, radiographic machines, radiographic printers, sterilizer and computer imaging systems. It is expected that normal operations will occur between the hours of 6:00 AM and 9:00 PM, seven days per week during the mission period. However, the contractor shall provide the necessary IM/IT and repair personnel support on a twenty-four hour/seven day a week basis as required in order to meet operational mission services. 2.3. Contractors Representative. The contractor shall provide the name, phone number and email address of the Contractors representative upon award. The contractors representative shall be available during duty hours (6AM-9PM, seven days per week) to discuss with the DENCOM COR any issues that may arise concerning contract matters relating to daily operations of the contract. 2.4. The Contractors representative shall be responsible for: 2.4.1 Communicating with the COR on meeting post operational and environment requirements before, during and after the mission period for the operation of the self-contained delivery system units. 2.4.2. Resolving mechanical issues with the self-contained mobile dental unit through communications with the contractors onsite personnel when those issues have been identified by the COR and communicated to the contractors representative. 2.4.3. Responding to DENCOM COR, concerns on a 24/7 basis during the mission period. 3. CONTINUITY OF SERVICES 3.1. Hours. The self-contained mobile dental unit shall operate for a maximum daily time period between 6:00AM and 9:00 PM, seven days a week during the mission time period. The contractors on-site or off site personnel services shall meet the operational missions services in accordance with (IAW) paragraphs 4.11., 4.12., 4.15 and 2.2 of this PWS. 3.1.1. If unforeseen events require mission changes in Soldier processing time schedules, the contractors on-site or off site personnel services shall meet operational mission services IAW paragraphs 4.11, 4.12., 4.15 and 2.2 of this PWS may require 24/7 operations at various times during the mission period. 4. CONTRACTOR RESPONSIBILITIES 4.1. The contractor shall be able to provide from one to five self contained mobile dental units, dependent upon the mission requirement. Each self contained mobile dental unit must contain a minimum of three dental examination rooms that meet similar professional standards as found in a fixed dental facility in order to perform a dental exam and provide radiographs. 4.2. The contractor shall ensure each dental examination room has walls or portable panel separators to provide privacy during the examination process. Each exam room shall be able to be accessed in a manner that would not require a Soldier to walk through an occupied exam room or radiographic room while trying to access an empty exam room. 4.3. The contractor shall ensure each dental examination room contains a dental chair that can move in an automatic, self-propelled vertical direction and swivel in a horizontal position without obstructions, i.e. no field or hand powered dental chairs. 4.4. The contractor shall ensure each dental examination room contains an overhead dental light that meets the same standard of illumination as a fixed facility overhead unit dental light. 4.5. The contractor shall ensure that each dental examination room contains an integrated digital imaging solution centrally networked within the mobile dental unit. Radiographs taken at these stations shall be viewed through a common networked software solution and viewable at all points of provider patient contact. 4.5.1. The contractor shall provide a digital imaging system in each self-contained mobile dental unit. This system shall be of sufficient size and scope to simultaneously display digital radiographs taken on Soldiers in examination rooms while images are being acquired in a separate dental treatment room. 4.5.2. The contractor shall provide computers to be utilized as; x-ray acquisition devices; clinical chair-side viewing workstations, and digital image archives. 4.5.3. The contractor shall provide DICOM compatible network printers to reproduce hard copy radiographic images from digital images stored in the mobile units digital image repository. The printouts shall become part of the hard copy dental patient record and need to be of diagnostic quality. 4.5.4. The contractor shall be responsible for all printing consumables. 4.5.5. The contractor shall ensure the mobile dental unit is capable to support network attached computing devices, e.g.: network RJ45 receivable LAN drops chair side; in the administrative area for network attached printers, network attached computers supporting the digital radiography acquisition devices; etc. 4.5.6. The contractor shall ensure the mobile dental vehicle is capable of receiving an externally attached network connection. 4.5.7. The contractor shall have adequate Information Management/Information Technology (IM/IT) professional support staff. The contractors IM/IT staff is responsible for all internal networking configurations, management, and maintenance within the mobile dental unit (port to wall/LAN port support). 4.5.8. The contractor shall provide the required Symbol HD 1D/2D barcode ID scanner to interface with the computers. 4.6. The contractor shall ensure each self-contained mobile dental unit contains digital radiographic capabilities that are compatible with the Army Dental Digital Radiography standards. 4.6.1. The contractor shall provide each dental examination room with a fixed (wall mounted or chair mounted) intra-oral (IO) radiographic head capable of taking digital images. Exposure settings shall be LCD displayed at ranges of (Kv/Ma/Seconds) Kv range of 60-70; Ma range of 6-8; and time.05-.20 seconds. 4.6.1.1. The contractor shall provide an IO radiographic head in each examination room of the self-contained mobile dental unit, or a minimum of two IO heads in a separate radiographic section of the self-contained mobile dental unit. Each IO or PANX head shall be accompanied by a lead apron. 4.6.1.2. The contractor shall ensure that each IO head is accompanied by a minimum of a size 1 and 2 intra-oral sensor with sufficient supply of back up sensors, to meet the mission. 4.6.1.3. The contractor shall ensure enough infection barrier material is present to support the IO and panographic devices. This includes patient comfort items, e.g.: Strong Dental EZ foam wraps; Gendex RINN Eezee-Grip Digital Sensor Holder; RINN sensor placement kits; etc. 4.6.2. The contractor shall ensure that each self-contained mobile dental unit contains a minimum of one panoramic (PANX) radiograph machine capable of taking digital panoramic films. 4.6.2.1. The PANX machine shall ideally be located in a separate room from the exam rooms. 4.6.2.2. The minimum ratio of PANX machines to IO heads is one PANX machine per three IO heads. 4.6.3. The contractor shall ensure that each dental examination room and x-ray room is capable of printing a digital radiographic image (see printing options in paragraph 4.5.3. and 4.5.4 of this PWS). 4.6.4. The contractor shall provide a digital imaging system in each self-contained mobile dental unit capable of printing each Soldiers set of BWX and PANX radiographs to one single output dry process grayscale media. 4.6.5. The contractor shall ensure that all radiographic equipment is calibrated to Army Medical standards prior to radiographs being taken on Soldiers. 4.7. The contractor shall provide one autoclave type of dental sterilizer in each self-contained mobile dental unit. 4.8. The contractor shall provide an automated blood pressure measuring machine of commercial quality and accuracy in each exam room of the self-contained mobile dental unit. 4.9. The contractor shall provide a hard, writing surface cabinet, shelf or desk top capable of holding a dental record for the documentation of that record in each exam room of the self-contained mobile dental unit. 4.10. The contractor shall provide a separate administration/reception area containing a desk/countertop in sufficient size capable of situating one administrative person and a computer with monitor in each self-contained mobile dental unit. 4.11. The contractor shall supply, internally, its own on-board power, fresh water and sewer needs for the entire period of this mission in each self-contained mobile dental unit. 4.12. The contractor shall provide maintenance, repair, fuel/refueling of power source, delivery of fresh water, pickup of and disposal of waste water, pickup and disposal of refuse provided by off post sources in a timely manner. 4.13. The contractor shall ensure that each self-contained mobile dental unit operational requirements outlined in paragraphs 4.11 and 4.12 of this PWS meet all RC Platform sites Division of Public Works (DPW) environmental requirements, required respective state environmental requirements and OSHA requirements to include temporary fuel containment and Code of Federal Regulations (CFR) requirements under the Environment Protection Agency (EPA). The contractor shall contact the COR for those requirements and regulations after contract award. 4.14. The government shall supply gloves, masks, instruments, cotton rolls, gauze, gowns or any other dental supplies required to perform the dental examinations or radiographs unless it is listed in this contract. The contractor shall supply the necessary waste receptacles, hand washing soap dispensers and their soap, disposable hand towels or any other facility supply type items required to meet standard dental facility requirements for infection control. 4.15. The contractor shall provide IM/IT personnel to coordinate with the COR on coordinating the storage and transfer of digital images, taken within the self-contained mobile dental units digital imaging system, to the Army Dental Digital Repository (ADDR) repository. 4.15.1. All DICOM images taken and stored within the contracted facility shall be in compliance with storage and indexing standards compatible with the Army Dental Digital solution. 4.15.1.1. Compatible standards are DICOM mode 1, 2, or 3 with 3 being the preferred mode. 4.15.1.2. The contractor shall ensure three patient specific data bits (name, SSN, gender) are input by way of scanning the soldiers Military ID card. The process is essential for maintaining data accuracy and ease of import into the ADDR. 4.16. The contractor shall begin performance of contract requirements to include testing of self-contained mobile dental unit equipment on-site within 72 hours of the start date for the demobilization mission. 4.17. The contractor shall ensure that personnel or subcontractors assigned to maintain the self-contained mobile dental units are qualified to perform all maintenance duties as outlined in paragraphs 4.11, 4.12, 4.15 and 2.2 of this PWS. 4.18. The contractor shall repair equipment failures noted by the COR within 24 hours of notification or if the equipment cannot be repaired, provide new equipment to include delivery of a self-contained mobile dental unit within same 24 hour period. The U.S. Army and DENCOM are not responsible and shall be excluded from liability for damage or vandalism to the self-contained mobile dental units. The contractor shall be insured and bonded for liability. 4.19. The contractor shall maintain the following minimum means of communication with COR: Telephone to include cell phone. Facsimile, Electronic mail, Overnight delivery service. 5. CONTRACTOR FURNISHED DOCUMENTATION/REPORTS, PROPERTY, AND SERVICES 5.1. Reports. The contractor shall submit the following reports to the COR during the contract period: 5.1.1 Daily situation report which tracks equipment failures and other issues pertaining to complying with section paragraphs 4.11, 4.12 and 2.2 of this PWS. 5.1.2. Daily situation report which states how equipment failure or other issues identified in paragraph 5.1.1 were resolved within 24 hour contract requirement. 5.1.3 Daily reports shall be submitted for inactivity or non-failure issues. The contractor will need to have these services in place by 24 Oct 2008. The North American Industry classification System (NAICS) code for this procurement is 532490, Medical Equipment (except home health furniture and equipment) Rental or Leasing, with a size standard of $7.0M. business concerns submitting responses should indicate whether they are a small business or other than small business. Small businesses are required to identify any additional status they have such as; Hubzone small business concern, Service-Disabled Veteran-Owned small business concern, 8(a) concern, etc. all interested sources are asked to submit a written capability statement demonstrating the ability to perform the services identified above. Capability statements should be no longer than 20 pages and should also include any past performance information on previous and/or current Government contracts similar in scope. Business concerns who submit responses are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government on the method of competing this requirement has not been made. The Government will not reimburse participants for information they provide. Information provided is strictly voluntary. Responses to this announcement must be receive no later than 3 Oct 2008. Electronic responses are preferred. E-mail capability statements yvonne.v.smith@us.army.mil or fax to the attention of Yvonne Smith at 210-221-5401. Questions may be addressed via e-mail to Ms. Smith.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=670d3b425c0aa003e93d98e8ffaefe15&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01679208-W 20080925/080923220901-670d3b425c0aa003e93d98e8ffaefe15 (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.