DOCUMENT
Q -- RFI- seeking potential sources to determine viability of SDVOSB, VOSB, or other small business set-aside to provide Dental Laboratory Services to the West Palm Beach VA Medical Center - Attachment
- Notice Date
- 12/27/2010
- Notice Type
- Attachment
- NAICS
- 339116
— Dental Laboratories
- Contracting Office
- Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail;West Palm Beach FL 33410-6400
- ZIP Code
- 33410-6400
- Solicitation Number
- VA24811RI0095
- Response Due
- 1/5/2011
- Archive Date
- 4/5/2011
- Point of Contact
- Eric Sullivan
- E-Mail Address
-
22-1272<br
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this RFI are preferred VIA E-MAIL to eric.sullivan2@va.gov. This RFI can be obtained in a clearer and better formatted electronic form by sending a request to Eric Sullivan at this same email address. The purpose of this RFI is to obtain market research in order to make appropriate acquisition decisions and to gain knowledge of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, and other small businesses interested in, and capable of, providing the dental laboratory services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses adequate functional area expertise and the relevant experience necessary to successfully provide dental laboratory services to the West Palm Beach VA Healthcare System. 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 small business set-aside is anticipated for a requirement with a 12-month base year and four 12-month option years. However, depending on the responses to this notice, an alternative set-aside or full and open competition may be pursued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 339116 "Dental Laboratories" (500 employees). Responses to this notice shall include the following: (1) company name (2) address (3) point of contact (4) phone, fax, and email (5) DUNS number and Cage Code (6) business size (the standard for a small business for this procurement is 500 employees or less) (7) small business type (if applicable), e.g. services disabled veteran owned small business, veteran-owned small business, woman-owned business, etc. (8) a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below (9) evidence of experience doing the same type of work All interested respondents should submit information by e-mail, mail or ground carrier to: Eric Sullivan, Contracting Officer at West Palm Beach VA Medical Center eric.sullivan2@va.gov West Palm Beach VA MEDICAL CENTER 7305 N. Military Trail Bldg 12 West Palm Beach, FL, 33410 All information submissions to be marked Attn: Eric Sullivan, Contracting Officer (90C) and should be received no later than 5:00 PM Eastern Time on January 5, 2011. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR located on the web at www.ccr.gov). It is desirable that any Offeror completes their business Online Representations and Certifications Application (ORCA). 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. This is for MARKET RESEARCH purposes only. DESCRIPTION OF DENTAL LABORATORY REQUIREMENT STATEMENT OF WORK Dental Laboratory Services for the West Palm Beach VA Healthcare System Overview The West Palm Beach VA Healthcare System has a need for dental laboratory services which are not all inclusive of the service requirements of the Dental Service at the West Palm Beach VAMC. The contractor will provide laboratory support including fixed and removable Prosthodontic laboratory work. Scope of Services The following services shall be provided by the contractor on an as needed basis: 1.Complete dentures (including bite rims, set-up, process and finish) 2.Cast partial dentures (including frameworks, set-up, process and finish) 3.All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process and finish) 4.Use of therma-flex or duracetal claps on cast partial frame works. 5.Flexible Resin partial dentures 6.Complete and partial denture repair 7.Complete and partial denture relines and rebases 8.Thermoplastic mouth guards 9.Traditional acrylic night guards 10.Porcelain fused to metal crowns and bridges 11.All gold crowns and bridges 12.All ceramic crowns, porcelain veneers and bridges including Lava 13.Processed provisional crowns and bridges 14.Diagnostic wax-up and design services for removable and fixed prosthodontics 15.Pre-fabricated and custom abutments for implants 16.Implant supported crowns and bridges 17.Implant stents 18.Maryland bridges 19.Precision cast retentive bars 20.Precision and semi-precision attachments 21.Cast gold post and cores The contractor will provide all materials and supplies necessary to complete each item. Acceptable supplies for removable prosthodontics include: Lucitone 199 denture acrylic and Trubyte Bioblend, Ivoclar or Portrait IPN denture teeth. Acceptable supplies for fixed prosthodontics include: type 3 gold, high noble metals and quality porcelain systems such as Lava, IPS Empress, Procera, Captek and Belle-Glass. The contractor will provide items that meet the aesthetic and functional requirements of the patient. The contractor will be familiar with mould guides by Trubyte Bioblend, Ivoclar and Portrait IPN and with their comparable shade guides and the VITA 3D Tooth guide. High quality materials will be utilized from ISO 9001/CE registered companies. The contractor will use procedures, techniques and current technology which are considered to be the standards in the industry. The contractor will offer, at no additional cost to the VA, professional case consultation as well as responsive and knowledgeable customer service. Estimated Annual Requirements No.CLINDescriptionQtyUnit Complete Dentures72each 1 model10each 2 custom tray30each 3 bite block60each 4 articulation30each 5 set up60each 6 reset15each 7 Process & finish Includes either- Lucitone 199, characterized lucitone or Injectable72each 8 Stock Denture teeth (Bioblend or bioform type or equivalent, Determined by the VA)6 each Cast Partial Denture each 9 Framework any major connector designs including any lingual plating and up to 4 cast clasps and all saddles. All inclusive frame, excludes special clasps below 120each 10 Add: Wrought Wire (includes soldering or welding to RPD Frame)40each 11 Therma-flex clasps36each 12 Duracetal clasps:12each 13 custom tray6each 14 bite block6each 15 articulation12each 16 set up48each 17 reset8each 18 process & finish48each 19 (Flipper) Transitional acrylic RPD with up to four teeth and including up to two clasps24each 20 Acrylic Partial Dentures w/2 Wrought Wire Clasps36each 21 FRS(Flexible Resin System) Flexible RPD (design and process) 24 each Repairs Complete Denture or Removable partials 22 complete denture-simple fracture2each 23 complex fracture2each 24 partial denture-simple fracture2each 25 complex fracture2each 26 clasp repair12each 27 replace saddle2each 28 replace tooth12each 29 reline6each 30 rebase6each Other Removable appliances 31 Thermoplastic niteguards or Hard niteguards12each 32 Thermoplastic niteguards w/soft liner10each 33 Playsafe (mouth guard)4each 34 Hinged Snore Guard ( I.E. -TAP III appliance)6each 35 Swing lock-type partial1each 36 Surgical stent for implants ( complete- includes metal guide sleeves 6each 37 Surgical clear stents for immediate Denture4each 38 Denture teeth - Stock156 39 Implant bar overdenture (not including implant parts and high noble metal)2each 40 Precision and semi-precision attachments4each Gasket-type partial denture 41 Bleaching Tray6 each 42 Cast Overlay RPD Framework- Including any major connector design with lingual plating as needed and up to 4 cast clasps and all saddles. All inclusive frame, excludes special clasps that can be added like cast RPD above. 6 each Crowns, bridges and implants - per unit price 43 Porcelain fused to metal (PFM) crown 48 each 44 FPD (bridge) abutment tooth 36 each 45 FPD (bridge) pontic tooth per unit (Includes all noble metal). From final impression to finished crown or bridge.36 each 46 Full cast gold crown (includes high noble metal gold)12each 47 ALL Porcelain Crown Lava crown (complete)24each 48 All Porcelain Bridge Lava bridge (each unit) 12each 49 Gold onlay/ inlay (metal @ mkt. price)2each 50 Porcelain onlay/inlay (E-max system)4each 51 Acrylic provisional crowns and bridges per tooth ( Pontic or abutment)72each 52 3 unit Maryland bridge w/ceramic pontic & 2 wings2each 53 Cast gold post & core- (includes gold)4each 54 Custom shade w/patient1each 55 Diagnostic wax-ups for fixed & removable cases6each 56For Implants:surgical stent6each 57 custom tray2each 58 soft tissue model12each 59 Custom abutment implant4each 60Modify a prefab abutment for a cement retained restoration4each 61 Porcelain labial margin on PFM crown/FPD6each 62 Porcelain 360 margin on PFM crown/FPD2each 63 Captek Crown (includes gold)6each 64 Captek Bridge (includes gold)3each 65 IPS Empress Esthetic Veneers 6each 66 Laser Welding FPD or RPD frame work 6each 67 Porcelain bonded veneer6each 68 Modify a prefab abutment for a cement retained restoration6each 69 Labor for screw-retained restoration6each 70 Crown fitted under partial (additional charge) 4each 71 Surveyed crown for RPD design - Cut & Cast Shallow Rest6each 72 Milled Telescope Coping for FPD abutment crown or overdenture4each Quality Control The contractor shall maintain a Quality Assurance Process (QA) that will guarantee a product that meets the patient's natural aesthetics & superior fit with minimal chair time. Use of high quality raw materials purchased from ISO 9001/CE registered companies. Laboratory will perform internal technical audits to ensure consistent, high quality, and timely restorations. The contractor's laboratory will use procedures, techniques and current technologies which are consistent with standards of practices in this industry. This includes the use of Dental Wave 7000 Microwave burnout technology, Cad Cam technology & advanced laser welding. Laboratory will provide a thorough infection control process for all incoming and outgoing cases. All completed services must be disinfected before the product is returned to the West Palm Beach VA Medical Center and The contractor will, at no additional expense to VA, re-make all dental items that are not correct or flawed due to contractor error. For example, if a crown does not fit the die, it will be considered flawed and unacceptable. The crown will be remade at no additional expense to the government. If the crown fits the die but not on the patient's tooth, it will be considered a flawed action of the government and the remake will be at the VA's expense. If, in the case of porcelain work, the porcelain shatters within twelve months of fabrication, it will be considered flawed and remade at no additional expense to the VA. The West Palm Beach VA Dentists will provide legible dental service prescriptions. The Dentists will provide accurate impressions and bite registrations. If a prescription is not legible or clearly understood, the contractor must contact the VA's Contracting Officer's Technical Representative (COTR) to obtain a clear and legible prescription. Performance Timelines Impressions, teeth, prescriptions, finished product, etc. will be picked up from the VA West Palm Beach Dental Service by the contractor and transported to the contractor's laboratory at the contractor's expense. Completed work will be immediately returned back to the location from which it was received. The contractor must identify the specific type of metal used in each prosthesis at the time of delivery. The West Palm Beach VA desires that work be returned when completed and encourages daily deliveries, Monday through Friday, excluding Federal Holidays. Pick-ups and deliveries must be accomplished between the hours of 7:30 a.m. - 4:00 p.m. It is the intent of the Government to make a single award to a Small Business with such proximity to the VA West Palm Beach facility as to provide a two (2) hour response time when required to help meet patient's nutritional needs. All crown and bridge procedures shall be completed within ten (10) working days from the day of arrival at the laboratory. All complete and partial denture steps shall be completed within four (4) working days of pick-up. Additional Service: No charge pick-up and delivery service to ensure that casework arrives on time and safely. Other Requirements The Contractor's laboratory must be certified by the National Association of Dental Laboratories. A copy of the contractor's current certifications must be provided to the West Palm Beach VA Healthcare system with completed proposal. The contractor's laboratory will offer professional case consultation, responsive and knowledgeable customer support representatives, computerized tracking, and personalized shipping and delivery services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24811RI0095/listing.html)
- Document(s)
- Attachment
- File Name: VA-248-11-RI-0095 VA-248-11-RI-0095_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168382&FileName=VA-248-11-RI-0095-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168382&FileName=VA-248-11-RI-0095-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-248-11-RI-0095 VA-248-11-RI-0095_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168382&FileName=VA-248-11-RI-0095-001.doc)
- Record
- SN02350734-W 20101229/101227233425-e28d225da795b957bf43d9176c66b413 (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 |