Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
DOCUMENT

Q -- Dental Lab Services - Attachment

Notice Date
7/19/2011
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Justin Rose;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RP0521
 
Response Due
8/1/2011
 
Archive Date
8/31/2011
 
Point of Contact
Justin Rose
 
Small Business Set-Aside
N/A
 
Description
SCHEDULE OF SUPPLIES/SERVICES: The contractor shall provide prosthodontics supplies to beneficiaries of the Minneapolis Veterans Affairs Health Care System (MVAHCS), One Veterans Drive, Minneapolis, MN 55417 and the North West Metro Community Based Outpatient Clinic (NW Metro CBOC), 7545 Civic Center Drive, Ramsey, MN 55303 according to the services specified in this solicitation. Proposed contractors will provide firm-fixed pricing for the following services requested, proposed contractors may submit pricing on only Part A, only Part B or both sections. Awards to multiple vendors will be considered. The volumes in the solicitation are estimates only. PRICE SCHEDULE: FIXED PROSTHODONTICS SUPPLIES LINE ITEMItem/Service DescriptionEst. QtyUnitUnit CostTotal Cost D9940Traditional occlusal guard70EA D2750PFM crowns & fixed partial dentures550EA D2790Cast all metal crowns & fixed partial dentures150EA D6950Precision attachments25EA D6740 D2740All ceramic crowns & bridges i.e. Procera, Empress, in-ceram, belleGlass 5EA CLIN 001Diagnostic wax up and design services50EA D2799Processed provisional crowns & fixed partial dentures100EA D6057Implant custom abutments40EA D6065Implant supported crowns & Fixed Partial Dentures with telescopic access 25EA ESTIMATED TOTAL 1015EA REMOVABLE PROSTHODONTICS SUPPLIES LINE ITEMItem/Service DescriptionEst. QtyUnitUnit CostTotal Cost D5110 D5120Complete dentures - Custom trays, Bite rims, set-up process355EA D5213 D5214Partial dentures-Frameworks, set-up, process150EA CLIN 0002Partial denture repair-Laser welding 35EA D5211 D5212Flexible removable partial denture- Framework, set-up, process60EA D5750 D5751Denture reline/rebase100EA CLIN 0003Custom acrylic resin trays100EA ESTIMATED TOTAL 800EA STATEMENT OF WORK: SERVICES PROVIDED Contractor shall provide fixed and/or removal dental supplies for VA beneficiaries. All work is to be performed at the contractor's facility unless otherwise arranged. REQUIREMENTS - GENERAL a)Impressions, teeth, prescriptions, finished product, etc. will be picked up from the Dental Service at the MVAHCS location and the NW Metro CBOC locations and delivered back to the Dental Service sending location on a daily basis, Monday through Friday, excluding Federal holidays. b)Contractor will provide daily pick-up and delivery to the MVAHCS and NW Metro CBOC between the hours of 7:00 am and 4:00 pm CST with no additional cost to the VA. There will be no shipping charges. c)Laboratory must be able to pick up within two (2) hours after initial contact to cover emergency orders. Some may require a special pick up arrangement to accommodate patient needs and lab times. Certain prostheses such as removable acrylic appliances, repairs, porcelain revisions, relines, adding contacts to crowns, emergency appliances, etc. may require a four (4) hour turn around. d)Due to probable temperature changes, orders cannot be shipped by air due to dental wax deformation. e)Warranty: Contractor will be responsible for remaking all dental products that are due to Contractor's error. If a crown does not fit the die, it will be considered the fault of the Contractor and the crown remade at no additional expense to the Government. If the crown fits the die, but not the patient's mouth, it will be considered the fault of the Government, and the remake will be at the Government's expense. If, in the case of porcelain work, the porcelain shatters within twelve months of fabrication, it will be considered the fault of the Contractor and remade at no additional expense to the Government. If a partial denture framework does not fit the master cast, it will be considered the fault of the Contractor and the framework remade at no additional expense to the Government. If the framework fits the die, but not the patient's mouth, it will be considered the fault of the Government, and the remake will be at the Government's expense. f)Rework: The contractor will provide items that meet the esthetic and functional requirements of the patient. The contractors will, at no additional expense to the VA, remake all dental items that are not covered or flawed due to contractor error. For example if a partial denture framework does not fit the master cast, it will be considered flawed and unacceptable. The framework will be remade at no additional expense to the VA. Changes to the partial denture framework design not approved by the dentist on the laboratory prescription will be considered flawed and unacceptable and will be remade at no additional cost to the VA. g)Contractor required to provide documentation of the type of metal used in furnishing dental products to the MVAHCS and the NW Metro CBOC at time of delivery. h)Contractor required to certify that all work is to be completed in the United States with ADA certified materials. i)Exchange of Inventory: If the VA does not have a particular color/size tooth in inventory, the contractor shall agree to exchange the required color/size teeth in their inventory with VA inventory of like kind. Contractor shall determine what inventory (same value) to exchange for. Laboratory will offer: a)Professional case consultation, responsive and knowledgeable customer support representatives, computerized tracking, and personalized shipping and delivery services. Laboratory will offer unit pricing. b)A Quality Assurance Program: Quality Assurance Process (QA) that will guarantee a product that meets the patient's natural esthetics & superior fit with minimal chair time. Use of high quality raw materials purchase from ISO 9001/CE registered companies. Laboratory will use a computerized shade verification system as well as perform internal technical audits to ensure consistent, high quality, and timely restorations. c)Laboratory will provide two (2) hour emergency service. d)No charge pick-up and delivery service to insure that casework arrives on time and safely. e)Laboratory will provide a thorough infection control process for all incoming and outgoing cases. Fixed Dental Supply Requirements: Contractor shall provide the following dental laboratory services to the MVAHCS and the NW Metro CBOC: -Gold crown and bridges -Ceramic crowns and bridges -Cast post and cores -Porcelain fused to metal crowns and bridges -Model, Die and Articulate -Temporary crowns -Diagnostic wax-up -Implant abutments -Maryland bridges abutment wings -Precision attachment -Porcelain repair -Acrylic tray -Bleaching tray -Thermoplastic mouth guards -Acrylic night guards -Acrylic resin custom temporary crowns and fixed partial dentures TURN AROUND TIMES Turnaround time required for each fabrication or repair from receipt at lab shall be within the time frame listed below. In case of longer times, the Contracting Officer's Technical Representative must be made aware of the delay before the maximum number of days has expired. Crown & Bridges: 8 days Cast Frames: 8 days All crown and bridge procedures shall be completed within ten (10) working days from the day of arrival at the laboratory. Removable Dental Supply Requirements: Contractor shall provide the following dental laboratory services: -Complete dentures (including bite rims, set-up, processes & finish) -Cast partial dentures (including frameworks, set-ups, process and finish) -All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process & finish) -Complete and partial denture repair and strengthener -Compete and partial denture relines and rebases TURN AROUND TIMES Turn around time required for each fabrication or repair from receipt at lab shall be within the time frame listed below. In case of longer times, the Contracting Officer's Technical Representative must be made aware of the delay before the maximum number of days has expired. Dentures & Trays: 5 days Denture Repair/Rebase/Reline: 2 days All complete and partial dentures shall be completed within four (4) working days of pick-up except relines which shall be completed within one (1) working day and removable partial denture frameworks which shall be completed within ten (10) working days. INVOICING Contractor will submit a monthly invoice to the VA Finance Office located in Austin, TX listing the following information: 1)individual invoice # 2)patient name 3)ordering dentist 4)treatment date 5)amount of service Quality Assurance Surveillance Plan 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. b. Contracting Officer's Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. 3. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements Summary Matrix includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). TASKIDINDICATORSTANDARDRATING 1Verification use of high quality raw materialsRandom audit by Dental Service Chief with monthly results to COTR. 95% Compliance Met/ Partially Met/Fail 2Prompt Shipment of dental itemsAudit by Dental Service based on order log and shipping with monthly results to COTR 95% ComplianceMet/ Partially Met/Fail 3Completed prostheses delivered for Prescription Adherence, Quality of Prostheses Every dental provider completes a quality assurance feedback form (see attached). Summary results provided monthly to COTR 95% Compliance Met/ Partially Met/Fail CONTRACT PERFORMANCE MONITORING A.Monitoring of contractor's performance shall be done by the Contracting Officer's Technical Representative (COTR). Incidents of contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. Upon award, a Quality Assurance Surveillance Plan will be signed by the Contractor Program Manager and COTR, outlining the evaluation criteria to ensure the contractor is aware of the management and quality criteria required to meet the terms of the contract. B.Frequency of Measurement: During contract performance, the COTR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. Annual reports are prepared by the COTR and sent to the contractor by the CO 60 days prior to contract option year renewal. C.Frequency of Performance Assessment Meetings. The COTR shall visit/correspond with the contractor either on an as-needed basis or, at a minimum, once during the contract period: (1) middle of contract period and (2) end of contract period to assess performance and shall provide a written assessment. This written assessment will be forwarded to the Contracting Officer as documentation of contractor's performance and/or for a request to exercise option period, renewal of a contract or termination of a contract. D.Contractor will review annual performance measure reports and acknowledge receipt of report by returning a signed copy, along with any comments, to the Contracting Officer within 30 days of receipt of the report.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RP0521/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RP-0521 VA-263-11-RP-0521_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=220358&FileName=VA-263-11-RP-0521-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=220358&FileName=VA-263-11-RP-0521-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02503050-W 20110721/110720000737-2f612a63a8e1773cbd69467daafdbdee (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.