DOCUMENT
65 -- DENTAL LABORATORY SERVICES - Attachment
- Notice Date
- 4/8/2015
- Notice Type
- Attachment
- NAICS
- 339116
— Dental Laboratories
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24115R0153
- Response Due
- 4/19/2015
- Archive Date
- 6/18/2015
- Point of Contact
- Christopher Humphrey
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs Veterans Health Administration Sources Sought Notice - Dental Laboratory Services This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance the Veterans Health Administration's (VHA) understanding of the market's offered services and capabilities to provide dental laboratory services. The Government will not reimburse any costs for responses submitted in response to this Sources Sought. Please refer to the Response Commitment section for the specifics regarding your capability response submission. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. VHA is seeking a contractor to provide dental laboratory services/products for sites within the Veterans Integrated Services Network (VISN) 1. This Sources Sought is to facilitate the Contracting Officer's review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS The Government is currently seeking contractors that can provide high volume, full service dental laboratory services; particularly full service dental laboratories that have the capability of providing local pickup at any or all of our VISN 1 New England facilities (See Appendix A for facilities listing), that are ISO 9001 certified and can provide all of the required products/services listed in Table 1 below, in high volume. The contractor shall furnish, Monday through Friday between the hours of 7:00 a.m. and 4:30 p.m. local time, all labor, transportation and or local pick-up, materials, general dental laboratory tools, equipment and supervision required to provide Dental Laboratory Services to any or all of our VISN 1 New England facilities (See Appendix A for facilities listing); however throughout the life of the contract, changes in Dental Laboratory locations for may be added/and or removed and shall be modified accordingly. 1.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, fixed partial dentures and crowns, and dental implant prosthesis. Additional products and services within the scope of dental laboratory services can be added throughout the life of the IDIQ, as needed, and shall be added via a dually signed modification. 2.Special handling may be required on specific orders and will be authorized on a case by case basis by the VAMC. 3.Contractor certifies that all alloys, metals and components of dental prostheses are in compliance with and meet FDA, ANSI and American Dental Association Department standards. 4.The normal turnaround time (in working days as defined) for dental prosthetic items shall be as outlined in the following Table 1. If the turnaround times, listed below cannot be met then a local lab shall be designated to complete the work (See Appendix A.) Table 1: List of Requested Dental Prosthetics Items and Turnaround Times 24-48 Hours10 Days15 Days Complete and Removable Partial Denture acrylic resin repairsFull Cast Crowns and or PFM Crowns Procera Crown Fabrication Complete and Removable Partial Denture, tooth additions/repairComplete and Removable Partial Dentures, tooth setupLava Crown Fabrication Complete and Removable Partial Denture Relines/RebasesComplete and Removable Partial Denture, Process and Finish Articulation of castValplast Partial Denture, Process and Finish Cast duplicationsRe-shoot CuSil Partials and Reline Solder/Laser WeldValplast Partial, tooth set-up Removable Partial Denture Clasp Repairs or AdditionsCusil Partial, tooth set-up Custom impression trays CuSil Partial Process and Finish Poured Impressions & master cast fabrication1-10 Crown and Bridge Units, PFM Cast Post and CoresCast Partial Framework Record Bases & Occlusal RimRemovable Partial Set-up, Process, and Finish Complete Denture Set-up, Process, and Finish Tap III Appliances Vaccuform Guards Processed Surgical Stents Implant Bars Transitional Partial Denture Setup and Process Diagnostic Waxup, Valplast Setup, Process, and Finish Eleven or more Crown and Bridge Units, PFM Orthodontic Appliances QUALIFICATIONS, LICENSES AND INSPECTION OF CONTRACTOR 1.The contractor shall have all licenses, permits and certifications as required by local and state authorities. Current copies of these must be provided to the contracting officer upon request. 2.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. 3.Qualifications for dental technicians should include a minimum 5 years of experience. 4.Contractor shall be a Certified Dental Technician (CDT), or equivalent by experience or other designations. 5.The Contractor must be able to identify past awarded Government contracts and provide references and examples of similar work and past performances. 6.The contractor performing the services covered by this contract shall reside in a State, Territory, or Commonwealth of the United States or the District of Columbia. 7.The Contraction will meet dental laboratory standards, OSHA, and appropriate infection control standards. The Contractor shall be proficient in spoken and written English in accordance with Public Law 95-201. 8.Workmen's Compensation Professional Liability Insurance Health Examinations, including Hepatitis Type B immunization, and annual tuberculosis screening, Income Tax Withholding, Social Security Payments. 9.If applicable, the contractor shall maintain on file a copy of current and valid licensure, registrations or certifications. Proof of liability insurance must be provided within 10 days of contract award. Appendix A: VISN 1 VA MEDICAL CENTER ADDRESSES AND LOCATIONS Providence VA Medical Center, 830 Chalkstone Ave, Providence, RI 02908 Bedford VA Medical Center, 200 Springs Road, Bedford, MA 01730 Boston Healthcare System, incorporating the following three (3) facilities "Brockton VA Medical Center, 940 Belmont St, Brockton, MA 02301 "Jamaica Plains VA Medical Center, 150 S. Huntington Ave, Boston, MA 02130 "West Roxbury VA Medical Center, 1400 VFW Parkway, Roxbury. MA 02132 Connecticut Healthcare System, incorporating the following two (2) facilities "Newington VA Medical Center, 555 Willard Ave, Newington, CT 06111 "West Haven VA Medical Center, 950 Campbell Ave, West Haven, CT 06516 Central Western VA Medical Center, 421 North Main St, Leeds, MA 01053 Maine VA Medical Centers, incorporating the following two (2) facilities "Togus VA Medical Center, 1 VA Center, Augusta, ME 04330 "Bangor Community Based Outpatient Clinic (CBOC), 35 State Hospital Drive, Bangor, ME 04401 Manchester VA Medical Center, 718 Smyth Road, Manchester, NH 03104 RESPONSE COMMITMENT Please review the following information in regards to your capability response submission. I.NOTES: A.All questions, comments or concerns should be directed to Christopher.Humphrey@va.gov B.Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. C.Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). II.TIMELINE : A.This request will close on stated date within the FBO site. III.Requested information: Interested parties shall provide the following information in addition to your capability response: A.Format: 1.MS Word or pdf format (please ensure email is under 5 mb) 2.Page limit - 5-8 pages (please make the response as brief and concise as possible) 3.Company name and Sources Sought number listed on each page 4.Proprietary information MUST be marked as such, on a page-by-page basis. B.Specifics: 1.In your response, please provide the following information based on the requirement. a.Your company's capability of providing full dental laboratory services for high volume facilities, specifically your ability to provide all of the requested dental prosthetics in Table 1, your ability to meet the listed turn-around times in Table 1 and your compliance with the (QUALIFICATIONS, LICENSES AND INSPECTION OF CONTRACTOR) section of this sources sought. b.Provide brief narratives on your experience with similar efforts for dental laboratory services. Please describe the scope of your similar efforts as well as similarities and differences as pertinent. c.Please state specifically which VISN 1 sites you would be able to support and whether or not you would be able to provide local pickup or shipping/delivery services at these sites. d.Please state whether or not your company is ISO 9001 certified. e.Please also provide any additional services/products or newer/advanced dental laboratory technologies that are offered by your company not included as part of the VISN 1 requested products/services, in a separate document. 2.Please also provide name of your company, company address, your company's Government point of contact name, telephone number, fax number and email address. 3.DUNS number, and indicate if actively registered on System for Award Management (SAM) 4.Contractual vehicles the company holds, such as NAC or GSA schedules. 5.Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Christopher Humphrey Contracting Officer Email: Christopher.Humphrey@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115R0153/listing.html)
- Document(s)
- Attachment
- File Name: VA241-15-R-0153 VA241-15-R-0153.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1969745&FileName=VA241-15-R-0153-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1969745&FileName=VA241-15-R-0153-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-15-R-0153 VA241-15-R-0153.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1969745&FileName=VA241-15-R-0153-000.docx)
- Record
- SN03693356-W 20150410/150408235108-7200a0712007fda0979f173a581fe83d (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 |