Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
DOCUMENT

Q -- Dental Lab Service Denture Repair - Attachment

Notice Date
9/3/2013
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24713R1310
 
Response Due
8/26/2013
 
Archive Date
9/25/2013
 
Point of Contact
ronnette.coffman@va.gov
 
E-Mail Address
Ronnette.Coffman@va.gov
(Ronnette.Coffman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: Dental Lab Services DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Ronnette.Coffman@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 339116, Dental Laboratories (size standard 500 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: 1. SERVICES: Contractor shall provide dental lab services 24 hours per day 7days per week and holiday coverage, the Contractor shall pick up twice daily, once in the morning and once in the afternoon and shall provide same day turnaround for all requested services. The Contractor shall provide services for: same day prosthetic relign, repair and replacement; same day acrylic partials and temporary treatment partials. The Contractor shall use Lucetone 199 high impact, Dental Diamond D Acrylic and Injectable Ivoclare in its processing to provide high tensile strength to the requested prosthetic for eligible dental patients of the Ralph H. Johnson Veterans Affairs Medical Center (VAMC), Charleston, SC. A. General Requirements The contract shall furnish Monday through Friday between the hours of 7:30 A.M. and 4:00 P.M. local time, all labor, transportation, materials, general dental laboratory tools, equipment and supervision required to provide Dental Prostheses to the Ralph H. Johnson VAMC. The contractor shall fabricate dental prosthetic items in strict accordance with the dental laboratory order for the fabrication of dental prostheses, which shall include but not be limited to the following: all laboratory fabrication aspects of complete dentures, removable partial dentures, and dental implant prosthesis. Special handling may be required on specific orders and will be authorized on a case by case basis by the VAMC and paid for under a separate purchase order. The normal turnaround time (in working days as defined) for dental prosthetic items shall be: I. Twenty-four hours: 1.Complete and Removable Partial Denture acrylic resin repairs 2.Complete and Removable Partial Denture, tooth additions/repairs 3.Removable Partial Denture, clasp repair/replacement and wrought wire clasp retained by 4. acrylic resin 5.Custom impression trays 6.Custom impression trays, altered case impression 7.Poured impressions 8.Articulation of cast 9.Cast duplications 10.Fluoride application tray 11.Occlusal Nite-guard, vacuuform II. Forty-eight hours: 1.Complete and Removable Partial Denture, relines 2.Complete and Removable Partial Denture, rebase 3.Complete and Removable Partial Denture, record bases and occlusion rims 4.Complete and Removable Partial Denture, record bases and occlusion rims, 5.stabilized/processed 6.Transitional Removable Partial Denture, processed I.Three Working Days: 1.Diagnostic wax-up, four teeth or less 2.Tooth Rearrangements, Complete and Removable Partial Dentures 3.Cast Post and Core restorations II.Five Working Days: 1.Complete and Removable Partial Denture, process acrylic resin 2.Oburator, process acrylic resin 3.Tooth Arrangements, Complete and Removable Partial Dentures 4.Occlusal Nite-guard, processed acrylic resin 5.Diagnostic wax-up, five teeth or more The following materials shall be used in the fabrication of dental prostheses III. Complete Dentures/Removable Partial Dentures: Lucitone 199 acrylic resin Coelor coloration or equivalent Occlusal Scheme: Monoplane, linear Anatomic, full balanced Lingualized, linear 33 */monoplane 30 *rational Functional/rational Tooth material: Trubyte TMIPN B. Contractor shall provide the following services at the Ralph H. Johnson VA Dental Service: I. Forms for the authorization of work at their facility II. Once daily pickup and delivery Monday through Friday in the Dental Clinic, to include but not limited to: a.. All impressions b. All necessary procedures relating to prosthodontics care C. Contract shall consult with the appropriate Using Service at the VAMC regarding any specific dental laboratory order. I. Qualifications, licenses and inspection of contractor a. The VISN 7 contracting officer reserves the right to thoroughly inspect and investigate the contractor's and subcontractor's facilities and other qualifications. b.. The contractor and all subcontractors' facilities shall have all licenses and permits as required by local and state authorities. Current copies of these must be provided to the contracting officer upon request. D. PERIOD OF PERFORMANCE: One Base Year beginning at time of contract award, with the option to extend the term of the contract with four one-year option periods. No service shall be performed by the Contractor until award, and each year until notice of exercise of option has been received. E. CONTRACTOR QUALIFICATIONS: Attending Dental personnel assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of such personnel shall also be subject to review by the VAMC Chief of Staff and approved by the VAMC Director. F. QUALITY ASSURANCE MONITORING: This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: Contractor shall adhere to the following performance measures: A. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: I. What will be monitored. II. How monitoring will take place. III. Who will conduct the monitoring. IV.. How monitoring efforts and results will be documented. B. 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 Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COR shall keep a quality assurance file. The COR 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). 4. TASK ID INDICATOR STANDARD RATING A. Verification use of high quality raw materials Random audit by Dental Service Chief with monthly results to COR. 95% Compliance Met/ Partially Met/Fail B. Prompt Shipment of dental items Audit by Dental Service based on order log and shipping with monthly results to COR 95% Compliance Met/ Partially Met/Fail C. Completed prostheses delivered for Prescription Adherence, Quality of Prostheses Every dental provider completes a quality assurance feedback form (see attached). Summary results provided monthly to COR 95% Compliance Met/ Partially Met/Fail 5. CONTRACT PERFORMANCE MONITORING A. Monitoring of contractor's performance shall be done by the Contracting Officer's Technical Representative (COR). 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 COR, 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 COR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. Annual reports are prepared by the COR and sent to the contractor by the CO 60 days prior to contract option year renewal. C. Frequency of Performance Assessment Meetings. The COR 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 E. Failure to meet one or more of these performance measures will be brought to the attention of the Contractor for corrective action. Failure to correct or improve the identified problem(s) within a 30-day period will result in a reduction of 25% in the next monthly payment for these services. F. Contractor shall document fees of clinical services provided. Such statements must be signed and submitted monthly for verification to the Dental Service Contracting Officer's Technical Representative (COR), Heidi Hoffman (843-789-7257). Payment will be made ONLY for approved services actually performed. Services furnished to a VA beneficiary under this contract shall be billed in full. Complete billing shall be submitted within 6 months of service. If billing is received after 6 months, no payment will be processed. In these instances, the beneficiary, his/her insurer, or any other third party shall not be billed. 6. Definitions A. VAMC: Veterans Affairs Medical Center B. Special Handling: Unusual circumstance may dictate the need for a dental order to be picked up specially, shipped and returned overnight, or processed within a shorter time frame. C. Routine Handling: A dental laboratory work authorization that is usually performed and returned within a specified time frame. D. Turn Around time (TAT): The length of elapsed time between pickup of the dental lab order by the contractor until the receipt of the complete order by VA Dental Service. E. Using Service: Same as VA Dental Service F. COR: Contracting Officers Technical Representative, Heidi L. Hoffman (843-789-7257). G. Dental Laboratory Services: Laboratory procedures required for the treatment of dental patients include, but are not limited to, all laboratory fabrication aspects of complete dentures, removable partial dentures, fixed partial dentures and crowns, and dental implant prosthesis. H. Working Day: Any twenty-four hour period of the typical administrative work week, i.e. Monday through Friday. For example, if the contract is allowed 5 working days for a prosthesis and he picks it up on Monday, it would be due back to the VA the following Monday. Federal holidays occurring M-F are not considered a working day. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform the scheduled and unscheduled repairs and preventative maintenance of the equipment described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Ronnette.coffman@va.gov no later than 5:00pm EST, Friday, September 6, 2013. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Re-Install Cable Television Infrastructure" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24713R1310/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-13-R-1310 VA247-13-R-1310_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=984834&FileName=VA247-13-R-1310-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=984834&FileName=VA247-13-R-1310-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Ralph H Johnson VA Medical Center;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN03171505-W 20130905/130903235237-44d2fed27e243c8654b93e3c89b32990 (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.