Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOLICITATION NOTICE

W -- Rental of Mobile Dental Vehicles & Associated Supplies - Fort Hunter Ligget, CA (5/5-5/17/10; 5/28-6/8/10)

Notice Date
4/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2-10-T-0039
 
Response Due
4/22/2010
 
Archive Date
6/21/2010
 
Point of Contact
Maureen Coughlin, 609-562-5015
 
E-Mail Address
USAR Center-Dix
(maureen.e.coughlin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 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 is a Request For Quote (RFQ) and the solicitation number is W91LV2-10-T-0039. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 19 March 2009. The North American Industry Classification System code (NAICS) is 532490. The Federal Supply Class Service Code is 6525. A firm fixed price contract will be awarded. DESCRIPTION OF REQUIREMENT: 0001 1 LS @ $__________ = $__________ 5/5/10-5/17/10 RENTAL OF 6 EACH, mobile dental vehicles up with 3 examination rooms for the Army Reserve Medical Command (AR-MEDCOM) Ready Response Reserve Unit (R3U). 3 x Digital Panorex Machines 5 x Digital Portable Bitewing X-ray machines 3 x networkable x-ray printers that can print both panorex and bitewing x-rays 12 x Laptop Computers that will be able to show the digital x-rays at the dental chair. 12 x Portable Dental Chairs 12 x Dental Lights 1200 x Disposable dental exam kits (must contain mirror, explorer, perio probe) for use on 5-17 May event. Delivery and set will be performed at Fort Hunter Liggett, CA. __________________________ 0002 - 1 LS @ $__________ = $__________ 5/30/09-6/8/10 RENTAL OF 4 EACH, mobile dental vehicles up with 3 examination rooms for the Army Reserve Medical Command (AR-MEDCOM) Ready Response Reserve Unit (R3U). Delivery and set will be performed at Fort Hunter Liggett, CA. 1 EVENT LS $_________ $___________ 3 x Digital Panorex Machines 5 x Digital Portable Bitewing X-ray machines 3 x networkable x-ray printers that can print both panorex and bitewing x-rays 12 x Laptop Computers that will be able to show the digital x-rays at the dental chair. 12 x Portable Dental Chairs 12 x Dental Lights 1000 x Disposable dental exam kits (must contain mirror, explorer, perio probe) for use on 30 May - 8 June event ___________________________ 0003 - for Dental Supplies - 5/5/10-5/17/10 1 LS @ $__________ = $__________ Disposable Dental Exam Kits (Must contain mirror, explorer, and perio probe) 1200 x pairs of various sized latex free dental gloves 2500 x disposable dental masks 3000 x disposable sleeves for panorex bite piece 4000 x disposable sleeves for bitewing x-ray 14 x bitewing alignment devices (RINN or XRP) 24 x rolling low dental stools for dentists and dental techs ____________________________ 0004 - for Dental Supplies - 5/30/10-6/8/10 1 LS @ $__________ = $__________ Disposable Dental Exam Kits (Must contain mirror, explorer, and perio probe) 1000 x pairs of various sized latex free dental gloves 2500 x disposable dental masks 3000 x disposable sleeves for panorex bite piece 4000 x disposable sleeves for bitewing x-ray 14 x bitewing alignment devices (RINN or XRP) 24 x rolling low dental stools for dentists and dental techs 0005- Manpower Reporting - 1 LS = $_____________ PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2 Evaluations- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-28; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 222-41 Service Contract Act; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.237-2 Protection of Government Buildings and Equipment; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.222-54, Employment Eligibility Incorporated by Reference Verification; FAR 52.219-9, Small Business Subcontracting Plan; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.243-1, Alt. 1 - Changes, Fixed Price; FAR 52.228-5 Insurance Work on a Government Installation. Contractor will also be required to comply with Army Contractor Manpower Reporting. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7024, Notification of transportation of Supplies by Sea; DFARS 252.201-7000 Contracting Officers Representative; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.246-7000 Material Inspection and Receiving Report; DFARS 252.232-7010, Levies on Contract Payments; Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on 4/22/10 at 1 pm. EST. Submit offers or any questions to the attention of Maureen E. Coughlin, Mission & Installation Contracting Command, Ft Dix, NJ or via email to maureen.e.coughlin@us.army.mil. SPECIFICATIONS: PERFORMANCE OF WORK STATEMENT 1.GENERAL The Army Reserve Medical Command (AR-MEDCOM) has directed the 4220th USAH to perform dental examinations and x-rays to Army Reserve Soldiers from 5-18 MAY 2010 and 29 MAY 8 JUN 2010 at Fort Hunter Liggett, CA. Between 1200-2000 dental examinations will be performed at each event. The government will provide the contractor date and location for each event at least 14 days prior to the start of each event to have the mobile dental vehicle delivered and set up for the mission. The hours of operation will vary for they will be dictated by exercise Operational Tempo. We would like to run normal operations from 0600 (6:00)am till 2100 (9:00) pm. However if mission requires we would like to be prepared to stay later. The Contractors Representative should be available both on-site and on-call, on site only during what is consider normal business Hours 0900 (9:00)am - to 1700 (5:00)pm Monday thru Friday. On-call issues should be addressed within four hours. 1.1.SCOPE OF WORK The contractor shall provide a mobile dental vehicle that consists of a series of dental examination rooms, digital radiographic equipment to include panoramic x-ray machine, film printers, computers, monitors and imaging systems for reading the digital radiographs. The mobile dental vehicle must contain at least three dental treatment rooms. The contractor must transport the vehicle to the site, set up the van and equipment to receive patients, and operate and maintain the equipment during each mission. The mobile dental vehicle will utilize the US Army Dental Commands digital radiographic software. At the end of each event, all x-ray images will be delivered on an external storage device to the USAR personnel in the DICOM format. Also, the 603 (paper record of exam) will be captured I a digital format and together with the digital radiographs saved by each service members SSN. 2.PERSONNEL 2.1.The contractor shall not provide dental provider personnel to work within the mobile dental vehicle. 2.2.The contractor shall provide the necessary personnel to deliver, set up, maintain, shut down and remove the mobile dental vehicle. In addition, the contractor shall provide all necessary personnel to maintain dental chairs, dental lights, radiograph machines, radiographic printers, sterilization equipment, and computer imagining systems. It is anticipated that normal operating hours will be between 0600am and 2100pm each of the days. The contractor shall provide the necessary IM/IT and repair personnel to support each event and meet operational requirements. 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 (0800am 2200pm) to discuss with the ARMEDCOM COR any issues that may arise concerning contract matters relating to daily operations of 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 mobile dental vehicle 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 AR-MEDCOM COR, concerns during the mission period 3.CONTINUITY OF SERVICE 3.1.Hours&. The mobile dental vehicle shall operate for a maximum daily time period between 0600am and 2100pm during the mission time period. The contractors on-site or off-site personnel services shall meet the operational missions services IAW 4.11.,4.12.,and 2.2 may require 24/7 operations at various times during the mission period. 3.1.2. 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 4.11, 4.12, and 2.2. 4. CONTRACTOR RESPONSIBILITIES 4.1. The contractor shall provide a minimum of three dental examination rooms in each self-contained unit that meet similar professional standards as found in a fixed dental facility in order to perform a dental exam and provide radiographs. The contractor shall ensure that there are six self-contained units for the 5-18 MAY 2010 event and four self-contained units for the 29 MAY 8 JUN 2010 event. 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 must be able to 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 obstruction, 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 should provide in the only one operatory, (1) INTELITOUCH PERIO PROBE manufactured by Florida Probe Corp. for use during dental examinations. 4.6. The contractor shall ensure that each dental examination room contains a computer Ethernet work drop-connected to a digital imaging system to show the digital radiographs taken on the Soldier at the same time the examination is performed. 4.6.1. The contractor shall ensure the digital imaging system in each self-contained mobile dental unit is of a sufficient size and scope to simultaneously display digital radiographs as taken on Soldiers while each examination room is occupied. 4.6.2. The contractor will provide the computer(s) to be utilized as the x-ray acquisition device; the computer to be utilized as the clinical chair-side viewing workstation, and the computer or server that will function as the digital image archive. 4.6.3. The contractor will provide the printer to reproduce hard copy radiographic images that will become part of the hard copy dental patient record. The government will provide one or more of the following printing solutions: A DleOM Agfa thermal printer; a Windows color ink jet printer; a Sony Windows Ultra Sound Radiographic thermal printer; and/or a LaserJet Windows printer. 4.6.4. The contractor will be responsible for the printing consumables, e.g.; Kodak 8.511in photo paper (ink jet printer); ink jet cartridges; Agfa 8x10in thermal media; Sony thermal print rolls; etc. 4.6.5. 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. 4.6.6. The contractor shall ensure the mobile dental vehicle is capable of receiving and externally attached network connection into the supporting post/camp/buildings respective network topology, e.g.: external network switch port that can connect to a campus network. 4.6.7. The contractor shall be responsible for all internal networking configurations; management, and maintenance within the mobile dental unit (port to wall/LAN port support). 4.7. The contractor shall ensure that the self-contained mobile dental unit contains digital radiographic capabilities as follows: 4.7.1. The contractor shall provide a 10 radiographic head in each examination room of the self-contained mobile dental unit, or a minimum of two heads in a separate radiographic section of the self-contained mobile dental unit. Each 10 or PANX head must be accompanied by a lead apron. 4.7.2. The contractor shall ensure that 10 head is accompanied by sufficient supply of digital radiographic sensors, to include back up sensors, to meet the mission T. 4.7.2.1. The contractor shall ensure enough infection barrier material is present to support the 10 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. 4.7.3. The contractor shall ensure that the self-contained mobile dental unit contains a minimum of one panoramic (PANX) radiograph machine capable of taking digital films. 4.7.3.1. The PANX machine should ideally be located in a separate room from the exam rooms. 4.7.4. The contractor shall ensure that each dental examination room and x-ray room is capable of printing a digital radiographic image. 4.7.5. 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 a single output media, e.g.; thermal film, photo paper, etc. 4.8. The contractor shall provide one autoclave type of dental sterilizer in the self-contained mobile dental unit. 4.9. The contractors shall provide an automated blood pressure measuring machine of commercial quality and accuracy in each exam room of the self-contained mobile dental unit. 4.10. The contractor shall provide a hard, writing surface cabinet, shelf or desk top capable of holding a dental record for the documentations of that record in each exam room of the self-contained mobile dental unit. 4.11. 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 the self-contained mobile dental unit. 4.12. 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. 5.1. Daily situation report which tracks equipment failures and other issues pertaining to complying with section 4-11, 4.12 and 2.2. 5.1.2 Daily situation report which states how equipment failure or other issues identified in 5.1.1 were resolved within 24 hours contract equipment. 5.1.3. Daily reports shall be submitted for inactivity or non-failure issues. 5.2. Contractor Man-Power Reporting: 5.2.1. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost (10) Organizations title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with it UIC for the purpose of reporting this information); (11) Locations where contractors and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of it submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use direct XML data transfer to the database server of fill the fields on the website. The XML direct transfer is a format for transferring files from a contractors system to secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web. 6. CONTRACTOR FURNISHED SUPPLIES 6.1. The contractor shall provide the necessary instruments and supplies to perform up to 1200 dental examinations and necessary radiographs per event. Supplies will include such items as mirrors, explorers, PSR probes, gloves, masks, gown, 2x2 gauze, media for printing the digital radiographs and necessary items to meet standard dental facility infection control requirements. 6.2. The government, USARC, will provide the materials necessary to make a military dental record.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ed9f1aa02043de42be4dca9907f50f2f)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02125956-W 20100421/100419234939-ed9f1aa02043de42be4dca9907f50f2f (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.