Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2015 FBO #5035
SOURCES SOUGHT

Q -- Dental Examination and Treatment Services

Notice Date
9/4/2015
 
Notice Type
Sources Sought
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for South Carolina, 9 National Guard Road, Columbia, SC 29201-4763
 
ZIP Code
29201-4763
 
Solicitation Number
USPFOSC09042015
 
Response Due
9/21/2015
 
Archive Date
11/3/2015
 
Point of Contact
Blake Cromer, (803)299-1537
 
E-Mail Address
USPFO for South Carolina
(blake.s.cromer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Property and Fiscal Office, 9 National Guard Road, Columbia, South Carolina 29044, is issuing this sources sought synopsis as a means of conducting market research to identify Small Business concerns having tan interest in and the resources to support the requirement for Nonpersonal Health Care Services (Dental Examination and Treatment Services). The intent is to procure these services on a competitive basis. Based on the responses to this sources sought notice, this requirement may be set-aside for Small Businesses (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submission. No information regarding price is requested or is to be provided at this time. Eligibility: The applicable NAICS code for this requirement is 621210 with a Small Business Size Standard of $7.5 million. The Product Service Code is Q503. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Disclaimer: This sources sought is for informational purposes only. This is NOT a Request For Proposals or Request for Quotes to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. NO FUNDS are available to pay for preparation of responses to this sources sought notice. Responses will not be returned to the responder. Not responding to this notices does not preclude participation in any future request for Request for Quotes (RFQ), Request for Proposals (RFP) or Invitations for Bids (IFB) if issued. If a solicitation is released, it will be synopsized on the Government Wide Point of Entry (GPE) at https://www.fbo.gov/. It is the responsibility of potential contractors to monitor the GPE for the additional information pertaining to this requirement. Background: The South Carolina Army National Guard (SCARNG) is a military organization with both state and national missions. There is a command emphasis on maintaining a medically and dentally healthy force, comprised of over 9,300 Service Members (SM'S), that is able to meet the rigors of any mission assigned. The SCARNG has a requirement to evaluate the dental status of all assigned Soldiers on an annual basis. SCARNG annual assessments are scheduled on a monthly basis to take place at different locations across the state based on the Medical Command IMRX/SRP calendar. Objectives: The objective of this contract is to provide all management, labor, examination materials, equipment (where required), certifications and supplies required to provide dental treatments per identified treatment plan to upgrade Class 3 Soldiers to a Class 2 status. The mission is to obtain these services through a reputable dental provider that has successfully performed these services in the past, is knowledgeable in the requirement and can assess the Soldiers in an efficient fashion. These services will provide dental treatments necessary to meet Department of the Army standards to meet readiness and deployability standards to ensure mission capability of the South Carolina Army National Guard. Period and Place of Performance (PoP): The Period of Performance shall be One Base Year of 12 months and four 12-month option years. The intent for this contract is to be awarded for a duration of five years: the Base Year and four Option Years, pending the availability of Funding and assurance of quality performance of services by the contractor. The place of performance will be Joint Base McEntire Air National Guard Base, Eastover, SC 29044 and other designated armories in South Carolina. Description of Work to be Performed: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform Dental Examination and Treatment Services for the SCARNG. Requirements: The contractor shall provide customized comprehensive dental readiness services to include annual dental examinations (ADA Code 0120) and clinically indicated radiologic studies (bite-wing x-rays) when requested, and specified treatment outlined in the patient's treatment plan. These services will take place in various locations throughout South Carolina and the contractor must provide mobile dental office using contractor owned equipment and supplies. Upon completion of services, medical information will be documented in accordance with Department of the Army Policy and be updated in the approved Army National Guard automated system. Weekly reports will be provided to the SCARNG State Surgeon's Office. The contractor shall also ensure the requirements of Occupational Safety and Health Administration (OSHA) and applicable federal regulations are met. a.Perform required dental examinations to include bitewings support of the Soldier Readiness Processing (SRP) medical and dental. b.Portable equipment may be utilized. c.Each exam will be entered into the DENCLASS reporting system on-site and annotated on the electronic SF 603 (Health Record - Dental) and the electronic SF 5570 (Health Questionnaire for Dental Treatment) of the Soldier's dental records. d.Setup of contractor's dental equipment is to be completed one day prior to the event. e.Setup of contractor's dental equipment is the sole responsibility of the contractor. f.Breakdown of the contractor's dental equipment is the sole responsibility of the contractor. g.As required provide timely feedback and work progress/ status to number of Dental examinations completed to the leader of the Dental Team and the OIC of the Soldier Readiness Program (SRP) as to timelines or factors that may negatively impact processing 60 Soldiers per hour. h.Provide completion status to leader of the Dental Team and the OIC of the Individual Medical Readiness Exercise as to time requirements to complete jobs to insure processing 60 Soldiers per hour. i.Electronic entry of data into the DENCLASS database is required on site days of Dental Screening mission. Uploading of any radiographs taken during the event, are to be completed within 5 business days of the event. j.Contractor shall be licensed on any services rendered and equipment operated during mission. Capabilities Statement: Interested parties are requested to submit a capabilities statement of no more than twenty pages (20) in length utilizing Arial 12 pitch font, in Word or PDF format. The deadline for responses to this request is no later than 4:00pm, EDT, September 21, 2015. All responses under this sources sought notice must be emailed to blake.s.cromer.civ@mail.mil. This documentation must address at a minimum the following items: 1. The Cover Sheet shall include the following information: Name of Company Address Phone and Fax Number Point of Contact Email Address Business size status, i.e; 8(a), WOSB, VOSB,etc. Duns Number Cage Code TIN GSA Schedule Number if applicable 2. What type of work has your company performed in the past in support of the same or similar requirement? List names of companies and dates of services provided. 3. Can or has your company managed a task of this nature? If so, please provide details. 4. Can or has your company managed a team of subcontractors before? If so, please provide details. 5. What specific technical skills does your company possess which ensures your capability to perform this tasks? 6. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described for the base period as well as the option periods. 7. Provide a statement including company profile to include number of employees, annual revenue history, number of mobile dental trailers, types of dental equipment used, and office locations, etc. 8. Provide statement of assurance that all dentist and dental technicians are licensed in to practice in South Carolina and are in good standing with all required federal and state regulatory requirements. 9. Provide statement of assurance that the contractor currently maintains medical liability insurance. Provide name of carrier and policy number. All data received will be designated as corporate or proprietary and will be fully protected from any release outside the Government. The contract type is anticipated to be a Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/USPFOSC09042015/listing.html)
 
Place of Performance
Address: USPFO for South Carolina 9 National Guard Road, Columbia SC
Zip Code: 29201-4763
 
Record
SN03873133-W 20150906/150904235354-37618ea04d8df8e3d4717dc2f83e10cc (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.