Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2011 FBO #3681
DOCUMENT

65 -- DENTAL LAB SERVICES FOR VAMC VISN 1 FACILITIES LOCATED IN STATES OF RHODE ISLAND, MASSACHUSETTS, MAINE, VERMONT, NEW HAMPSHIRE, AND CONNECTICUT. - Attachment

Notice Date
12/21/2011
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
 
ZIP Code
02908
 
Solicitation Number
VA24112I0245
 
Response Due
1/3/2012
 
Archive Date
3/3/2012
 
Point of Contact
Mercedes Blanton
 
Small Business Set-Aside
N/A
 
Description
The purpose of this sources sought is to determine the set aside for a Indefinite Quantity Indefinite Delivery Multiple Award Task Order Contract for a full range of dental laboratory services including fabrication or porcelain fused to metal crowns, all ceramic crowns, and partial denture frameworks, primarily in support of the Veterans Affairs Medical Center (VAMC) and Facilities in the State of Rhode Island, Massachusetts, Maine, Vermont, New Hampshire, and Connecticut. All responsible interested sources are encouraged to submit their capabilities in regard to the above no later than 7 days of this notice 12/21/2011. All information is to be submitted at no cost or obligation to the Government. Please include your company name, address, telephone number, email address, and technical point of contact. Sources interested in this acquisition should adequately describe their experience performing this type of requirement. Interested sources should ensure that registration in CCR is current and accurate and they are certified in Vet biz as Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses. This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). Any and all information and questions should be e-mailed to Mercedes Blanton at Mercedes.Blanton@va.gov. Contact phone number is 401-455-4905. 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. Services shall include transport of prescriptions, impressions, models, articulators, completed products to and all reasonable materials, equipment or devices deemed necessary to perform services and generate completed products to and from the Dental Laboratory. This includes providing dental scripts and packaging envelopes and the generation of a computer invoice with each returned case. The Contactor shall provide all transportation, labor, supplies, supervision and materials necessary to meet the requirements of this contract. No additional charges for the interim steps and handling fees to fabricate definitive prostheses or products. The Contractor shall maintain the ability to work with various articulators from the simple hinge variety to the semi-adjustable to the anatomic articulators. Qualifications for dental technicians should include status as a Certified Dental Technician (CDT) with a minimum 5 years experience. Pick Up and Delivery The Contractor shall provide transport services Monday through Friday except for the day of observance of Federal holidays. The Contractor may satisfy this requirement by making a daily telephone call to the Dental Service at the appropriate facility between the hours of 2pm and 4pm(EST) to determine if a pick-up will be required the following day. The Contractor shall provide same day transport of all orders prepared The Contractor shall provide next day transport of all orders prepared The Contractor shall deliver the finished prostheses or other products no later than fourteen (14) calendar days from the date the order is transported Products and Services, Scope of Work: The Contractor shall provide the following: Porcelain fused to high noble ceramo-metal crowns/bridges with options of metal occlusal surfaces, crown under partial (crown must be surveyed), porcelain labial butt margin and implant supported crowns, abutments and super structures. 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 the lab. Lab will identify and provide detailed description of metal alloy components and percentages used in the fabrication of each of the requested prostheses. Contract lab will identify type of porcelain utilized in the fabrication of each of the requested prostheses. 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 prostheses. Lab fabricated, processed provisional restorations utilizing acrylic or composite type materials All Ceramic restorations with options such as: 1) Empress-crown/veneer/inlay/onlay; Lava-3M ESPE crown/veneer/inlay/onlay. In providing services, the laboratory shall apply its expertise and experience to identify potential dental prosthetic problems before producing the desired product or prosthesis. If the laboratory recognizes potential problems in the requested prosthetic design that will lead to fit or aesthetic deficiencies in the final product that can only be overcome by a significant deviation from the original prescription, the contractor shall consult with the VAMCs prior to proceeding further. Additionally, 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 VAMCs will make every effort to properly screen cases prior to sending to the Contractor. All prostheses must be fabricated in the United States of America using approved materials and methods. Packaging Each individual framework/product shall be delivered in sealed, see-through plastic envelope with the service ticket attached to the envelope. The service ticket at the minimum shall have the description of prescriptions, description of service/product, patient's name and patient's case number. The names of all products and their source of origin for acrylics, alloys, porcelains and other miscellaneous products used in prostheses fabrication shall be document and indicated appropriately. Packaging shall be of protective quality to ensure that the product is undamaged during handling. The inventory of items to be returned in packaging should equal the inventory of items received, along with special or particular carrying containers, must be returned in the same condition as when initially sent. Quality of Workmanship VAMC or designated dentist, dental lab technician or dental assistant will inspect each fabrication delivered by the Contractor and make a determination of the quality of the fabrication. Prostheses will be inspected for fit, finish, esthetics and patient satisfaction. A reasonable amount of time will be allowed to accommodate VAMCs scheduling guidelines of patients in order to determine whether therapeutic and patient satisfaction goals have been met prior to initiating a re-evaluation of the product or returning product for adjustments, changes or redo's. Specific evaluation criteria are as follows: Products that are deemed unacceptable in accordance with the above criteria will be returned for subsequent adjustment/reworks. Completed adjustments/reworks shall be delivered to the VAMCs no later than seven (7) 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 the dentist. Contractor will provide twenty-four (24) hour turnaround time for minor corrections of shade, contour and 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 the dentist. Contractor will provide Custom Shade matching services as requested. Fixed Prosthetics Checklist Restoration matches prescription regarding design and fabrication with respect to current dental lab technology. Shade matches prescription. Characterizations provided when requested. Restoration fits master die without rocking or abrading die. Internal adjustments have not obliterated any grooves or boxes utilized to improve retention. Marginal adaptation is accurate and closed under 6x (six times) magnification. Clinically acceptable margins when restorations on tooth. Margins are not over polished. Marginal ridges harmonize with marginal ridges of adjacent teeth. Proximal contacts are correct and allow shim stock to pull on solid cast and dental floss to lightly snap when evaluation intraorally. 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. Tooth anatomy is correct and life like with secondary anatomical features. Restoration harmonizes with teeth in regard to facial and lingual contours. Crown is not over bulked in gingival third. Cusp heights and occlusal plane harmonize with adjacent teeth. Restoration is polished to high shine and internally micro abraded with 50 micron aluminous oxide. Internal aspect of restorations shall also be cleaned of any polishing compounds or other materials. Internal aspect of metal on porcelain fused to metal crowns shall be free of porcelain opaque, glaze or other debris. All-ceramic crowns and veneers shall be internally etched with Hydrofluoric (HF) acid with respect to manufacturer's specifications. Removable Prosthetic Checklist Restoration matches prescription and any surveyed and designed casts that accompany the case. Dentist's RPD design is followed with no major deviations. Occlusion is correct and follows prescription with respect to occlusal scheme desired (i.e., lingualized, bilateral balanced, etc.) Correct tooth mold utilized. Denture teeth are not overground or extensively modified and occlusal anatomy is preserved. 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 the teeth. Restoration harmonizes with 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. Restoration polished to a high shine without damage to teeth and cleaned. Shade matches prescription. Acrylic shade matches prescription. Periphery is correct and properly extended to vestibular sulcus established in the master cast. Posterior palatal border is not overextended and post dam is clearly demarcated and well defined. Qualifications 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. The Contractor shall be certified by the National Association of Dental Laboratories (NADL).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24112I0245/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-I-0245 VA241-12-I-0245_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283283&FileName=VA241-12-I-0245-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=283283&FileName=VA241-12-I-0245-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02643477-W 20111223/111221234548-47e944b7f8e58bf27a818c5205995205 (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.