SOLICITATION NOTICE
65 -- Dental Lab Outsourcing
- Notice Date
- 8/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339116
— Dental Laboratories
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025910T0486
- Point of Contact
- Reynaldo de Vera 619-532-5564
- Small Business Set-Aside
- N/A
- Description
- The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement as 100% small business set-aside under the authority of Far 6.203. This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-10-T-0486 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339116; Size: 500. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 16 August 2010, 04:00PM Pacific Standard Time to be considered responsive. CLIN 0001 Dental Lab Outsourcing QTY: 1 Lot $___________ Supplies and services to include:RPD-Removable Partial Dental Framework 1 each $________Saddles for Fully Fabricated RPD's 1 each $________Teeth for Fully Fabricated RPD's 1 each $________Setup for Fully Fabricated RPD's 1 each $________- Fully Fabricated RPD's Process and Finish 1 each $________- PFM Porcelain Fused to Metal Crown 1 each $________- Butt Margins for PFM 1 each $________- Metal Occlusion for PFM 1 each $________- Implant Custom Abutments 1 each $________-FGC Full Gold Crown 1 each $________- Gold Surcharge FGC Current Market Rate 1 each $________- All Ceramic Crown 1 each $________- Additional Gold Metal 1 each $________- Custom Shade Match/Corrections- One Day Turn-around 1 each $________- Survey Crowns (Survey Charge Only- Crown Not Included) 1 each $________- Attachments 1 each $________- Ceramic Veneers 1 each $________- Fabrication of Complete Dentures 1 each $________- Casting Only 1 each $________- Hard Night Guard 1 each $________- Retentive Clasps (RPD) 1 each $________- Miscellaneous Line Items Not Often Used 1 lot $________ Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov.DELIVERY ADDRESS: Naval Hospital Bremerton, One Boone Road, Medical Warehouse, Bremerton WA 98312The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-27. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008)52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007)52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-18 Availability of Funds (APR 1984)52.232-36 Payment by Third Party (MAY 1999)52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.232-3 Payments under Personal Services Contracts (APR 2004)52.212-2, Evaluation - Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical capability, 2) Price. All responsible sources may submit a quote which shall be considered. All responsible sources may submit a quotation which shall be considered by the agency. NOTE: THIS ORDER IS SUBJECT TO AVAILABILITY OF FY-2011 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY-2011 DOD APPROPRIATION ACT OR AN EXTENDED FY-2010 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. AVAILABILITY OF FISCAL YEAR 2011FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2011 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2011 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2010 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. STATEMENT OF WORK N4523711RCLL003 1. GENERAL. l.l The Contractor shall provide a full range of dental laboratory services as specified in the Schedule of Services, (including fabrication of porcelain fused to metal crowns, all-ceramic crowns, and partial denture frameworks) in accordance with prescription specifications. 1.2 Services shall be provided in support of the Region Dental Laboratory at Branch Health Clinic Bangor, Naval Base Kitsap Bangor, 2050 Barb Street, Suite B, Silverdale, WA 98315-2099 1.3 Services shall include transport of prescriptions, impressions, and completed products to and from the Region Dental Laboratory. 1.4 The contractor shall provide all transportation, labor, supplies, supervision and materials necessary to meet the requirements of this contract. No additional charges for interim steps and handling fees to fabricate the definitive prosthesis. 2. PICK UP/DELIVERY: 2.1 The contractor shall provide transport services Monday through Friday except for the day of observance of Federal holidays. 2.2 The Contractor shall provide same day transport of all orders prepared by Region Dental Laboratory not later than 1200 noon. 2.3 The Contractor shall provide next day transport of all orders prepared by the Region Dental Laboratory after 1200 noon. 2.4 The Contractor shall deliver the finished prostheses no later than 14 calendar days from the date the order is transported from the Region Dental Laboratory. 2.5 The process for notifying the contractor of orders ready to be filled will be coordinated with the contractor after contract award based on the transport procedure proposed by the lab. Communication methods will include telephone, facsimile, or email as necessary. Designated Government personnel authorized to initiate orders will be identified. 2.6 Transport services will not be separately priced. 3. PRODUCTS/SERVICES: The Contractor shall provide: 3.1 Porcelain fused to high noble ceramo-metal crown/bridge with options: metal occlusal surface, crown under partial (survey crown), porcelain labial butt margin, and implant supported crowns and abutments. Metal cutback design for porcelain fused to metal crowns will be provided by prescribing doctor. Contractor will be provided and shall follow the metal cutback design sheet supplied by Region Dental Laboratory. Contract lab will identify and provide detailed description of metal alloy components and percentages used in the fabrication of each of the requested prosthesis. Contract lab will identify type of porcelain utilized in the fabrication of each of the requested prosthesis. 3.2 Processed, flexible partial denture frameworks (Valplast, Flextite or equivalent material) and cast metal frameworks utilizing Nickel free metal such as Cobalt Chromium or equivalent. Denture teeth set up and processed acrylic denture base will follow prescription request and will include all interim fabrication steps to completion of definitive prosthesis. 3.3 Lab fabricated/processed provisional restorations utilizing acrylic or composite type materials. 3.4 All ceramic restorations with options; Empress-crown/ veneer/inlay/onlay, Procera-crown/veneer/inlay/onlay, LAVA-3M ESPE crown/veneer/inlay/onlay. 3.5 In providing services, the laboratory shall apply its expertise and experience to identify potential dental prosthetic problems before producing the prosthesis. If the laboratory recognizes potential problems in the requested prosthetic design that will lead to fit or aesthetic deficiencies in the prosthesis that can only be overcome by a significant deviation from the original prescription, the contractor shall consult with the Region Dental Laboratory prior to proceeding. Further, prostheses that cannot be fabricated without compromising the integrity of the restoration or that place the tooth or remaining teeth in jeopardy of further destruction shall be immediately returned. The Region Dental Laboratory will make every effort to properly screen cases prior to sending to the Contractor. 3.6 All prosthesis must be fabricated in United States of America using approved materials and methods. 4. RESERVED 5. PACKAGING: 5.1 Each individual framework/product shall be delivered in a sealed, see-through plastic envelope with the service ticket attached to the envelope. The service ticket at a minimum shall have the description of prescriptions, description of service/product, patient's name, and patient's case number. Specific acrylics, alloys and/or porcelains used in prostheses fabrication shall be documented. Packaging shall be of protective quality to ensure that the product is undamaged during handling. 6. QUALITY of WORKMANSHIP: 6.1 The Region Dental Laboratory Officer or designated dentist or dental technician will inspect each fabrication delivered by the contractor and make a determination of the quality of the fabrication. Each prosthesis will be inspected for fit, finish, esthetics, patient comfort and satisfaction. Specific evaluation criteria are as follows: 6.2 Products that are deemed unacceptable in accordance with the above criteria will be returned for subsequent adjustments/reworks. Completed adjustments/reworks shall be delivered to the Region Dental Laboratory no later than seven calendar days after the adjustment/rework order is placed. Such adjustments/reworks shall be at no additional cost to the Government as long as no substantive modifications or an alteration of the original prostheses has taken place by dentist. 6.3 Contractor will provide 24 hour turn around time for minor corrections of shade, contour, and adding interproximal contacts. Such adjustments/reworks shall be at no additional cost to the Government as long as no substantive modifications or an alteration of the original prostheses has taken place by dentist. 6.4 Contractor will provide Custom Shade matching service as requested. 6.5 Fixed Prosthetics Checklist: 1. Restoration matches prescription regarding design and fabrication with respect to current dental lab technology. 2. Shade matches prescription. Characterizations provided when requested.3. Restoration fits master die without rocking or abrading die. Internal adjustments have not obliterated any grooves or boxes utilized to improve retention.4. Marginal adaptation is accurate and closed under 6X magnification. Clinically acceptable margins when restoration is on tooth. Margins are not over polished.5. Marginal ridges harmonize with marginal ridges of adjacent teeth.6. Proximal contacts are correct and allow shimstock to pull on solid cast and dental floss to lightly snap when evaluating intraorally.7. Occlusion meets doctor's prescription. There are no occlusal prematurities in maximum intercuspation or lateral and protrusive excursions. There shall be no centric stops on inclined cusp planes.8. Tooth anatomy is correct and lifelike, with secondary anatomical features.9. Restoration harmonizes w/teeth in regard to facial and lingual contours. Crown is not overbulked in ginival third. Cusp heights and occlusal plane harmonize with adjacent teeth.10. Restoration polished to high shine and internally microabraded with 50 micron aluminous oxide. Internal shall also be cleaned of any polishing compounds or other materials.11. Internal metal on porcelain fused to metal crowns shall be free of porcelain opaque, glaze or other debris.12. All-ceramic crowns and veneers shall be internally etched with HF acid with respect to manufactures specifications. 6.6 Removable Prosthetics Checklist: 1. Restoration matches prescription and any surveyed and designed casts that accompany the case. Dentist's RPD design is followed with no major deviations.2. Occlusion is correct and follows prescription with respect to occlusal scheme desired (ie. lingualized, bilateral balanced, etc). Correct tooth mold utilized. Denture teeth are not overground and occlusal anatomy is preserved.3. Function and Esthetics must be acceptable and follow prescription. Teeth provided match prescription in mold shape and in shade. Gingival acrylic shades match prescription with respect to shade and desired pigmentation. There is no acrylic resin flash processed onto teeth.4. Restoration harmonizes w/remaining teeth. Buccal and lingual contours are in line with adjacent teeth. Compensating curve is uniform. Teeth are not set grossly outside the normal arch form. Gingival contours are correct anatomically.5. Restoration polished to a high shine without damage to teeth and cleaned.6. Shade matches prescription. Acrylic shade matches prescription.7. Periphery is correct and properly extended to vestibular sulcus established in the master cast. Posterior palatal border not overextended. 7. PATIENT CONFIDENTIALITY: The Contractor shall comply with HIPAA (Health Insurance Portability and Accountability Act) privacy and security requirements in accordance with Attachment I. 8. SMOKING POLICY: Smoking on the Government facility is permitted only in designated areas. 9. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Contractors will be required to obtain contractor's base pass from Pass and Decal. 10 Drug Policies: The Secretary of the Navy has determined that the illegal possession or use of drugs and paraphernalia in a military setting contributes directly to military drug abuse and undermines Command efforts to eliminate drug abuse among military personnel. The policy of the Department of the Navy (including the Marine Corps) is to deter and detect drug offenses on military installations. Measures to be taken to identify drug offenses on military installations, and to prevent introduction of illegal drugs and paraphernalia, include routine random inspection of vehicles while entering or leaving, with drug detection dogs when available, and random inspection of personal possessions on entry or exit. If there is probable cause to believe that a Lab contract employee has been engaged in use, possession, or trafficking of drugs, the health care worker may be detained for a limited period of time until he/she can be removed from the installation or turned over to local law enforcement personnel having jurisdiction. When illegal drugs are discovered in the course of an inspection or search of a vehicle operated by a Lab contract employee, the Lab contract employees and vehicle may be detained for a reasonable period of time necessary to surrender the individual and vehicle to appropriate civil law enforcement personnel. Action may be taken to suspend, revoke, or deny clinical privileges as well as installation driving privileges. Implicit with the acceptance of this contract is the agreement by the Lab contract employees to comply with all Federal and State laws as well as regulations issued by the Commander of the military installation concerning illegal drugs and paraphernalia. 11. QUALIFICATIONS. 11.1. The Contractor shall be a full service laboratory that could integrate the combined treatment needs of the prosthetic patient requiring simultaneous fixed, removable and implant supported prostheses. 11.2. The contractor shall be certified by the National Association of Dental Laboratories (NADL). 11.3. The contractor must be able to identify past awarded government contracts and provide references and examples of similar work and past performances.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025910T0486/listing.html)
- Record
- SN02226512-W 20100805/100803235012-156d8490dd49bf74c63a6d78af36e9a1 (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 |