Combine Solicitation - 65- Dental Fabrication Base plus 2 - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.ℱ

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Advertise
    • Contact
    • Editorial Staff
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
February 28, 2017 Newswires
Share
Share
Tweet
Email

Combine Solicitation – 65– Dental Fabrication Base plus 2

FedBizOpps

Notice Type: Combine Solicitation

Posted Date: 27-FEB-17

Office Address: Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129

Subject: 65-- Dental Fabrication Base plus 2

Classification Code: 65 - Medical, dental & veterinary equipment & supplies

Solicitation Number: VA24917Q0319

Contact: Donna HarmonContracting Officer 615-225-5426 mailto:[email protected]

Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business

Place of Performance (address): MEMPHIS VAMC;1030 JEFFERSON AVENUE;MEMPHIS TN

Place of Performance (zipcode): 38104

Place of Performance Country: USA

Description: Department of Veterans Affairs

Nashville VAMC

Department of Veterans Affairs Medical Center

PAGE 1 OF1. REQUISITION NO.

2. CONTRACT NO.

3. AWARD/EFFECTIVE DATE

4. ORDER NO.

5. SOLICITATION NUMBER

6. SOLICITATION ISSUE DATE

a. NAME

b. TELEPHONE NO. (No Collect Calls)

8. OFFER DUE DATE/LOCAL

TIME

9. ISSUED BY

CODE

10. THIS ACQUISITION IS

UNRESTRICTED OR

SET ASIDE:

% FOR:

SMALL BUSINESS

HUBZONE SMALL

BUSINESS

SERVICE-DISABLED

VETERAN-OWNED

SMALL BUSINESS

WOMEN-OWNED SMALL BUSINESS

(WOSB) ELIGIBLE UNDER THE WOMEN-OWNED

SMALL BUSINESS PROGRAM

EDWOSB

8(A)

NAICS:

SIZE STANDARD:

11. DELIVERY FOR FOB DESTINA-

TION UNLESS BLOCK IS

MARKED

SEE SCHEDULE

12. DISCOUNT TERMS

13a. THIS CONTRACT IS A

RATED ORDER UNDER

DPAS (15 CFR 700)

13b. RATING

14. METHOD OF SOLICITATION

RFQ

IFB

RFP

15. DELIVER TO

CODE

16. ADMINISTERED BY

CODE

17a. CONTRACTOR/OFFEROR

CODE

FACILITY CODE

18a. PAYMENT WILL BE MADE BY

CODE

TELEPHONE NO.

DUNS:

DUNS+4:

PHONE:

FAX:

17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER

18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED

SEE ADDENDUM

19.

20.

21.

22.

23.

24.

ITEM NO.

SCHEDULE OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

(Use Reverse and/or Attach Additional Sheets as Necessary)

25. ACCOUNTING AND APPROPRIATION DATA

26. TOTAL AWARD AMOUNT (For Govt. Use Only)

27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA

ARE

ARE NOT ATTACHED.

27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA

ARE

ARE NOT ATTACHED

28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________

29. AWARD OF CONTRACT: REF. ___________________________________ OFFER

COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND

DATED ________________________________. YOUR OFFER ON SOLICITATION

DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY

(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE

ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED

SET FORTH HEREIN IS ACCEPTED AS TO ITEMS:

30a. SIGNATURE OF OFFEROR/CONTRACTOR

31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)

30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)

30c. DATE SIGNED

31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)

31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION

(REV. 2/2012)

PREVIOUS EDITION IS NOT USABLE

Prescribed by GSA - FAR (48 CFR) 53.212

7. FOR SOLICITATION

INFORMATION CALL:

STANDARD FORM 1449

OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS

30

614-17-1-064-0002

VA249-17-Q-0319

02-27-2017

Donna Harmon

615-225-5498

03-16-2017

12:00pm

90C

Department of Veterans Affairs

Network Contracting Office 9

1639 Medical Center Parkway

Suite 400

Murfreesboro TN 37129

X

100

x

339116

500 Employees

N/A

X

Department of Veterans Affairs

VAMC

Memphis VAMC

1030 Jefferson Avenue

Memphis TN 38104

90C

Department of Veterans Affairs

Network Contracting Office - 9

1639 Medical Center Parkway

Suite 400

Murfreesboro TN 37129

90C

FSC e-Invoice Payment

http://www.fsc.va.gov/fsc/einvoice.asp

Invoice Setup Information 1-877-489-6135

Invoice must be submitted electronically

Setup 1-877-489-6135

See CONTINUATION Page

The purpose of this solicitation is to procure local

(read short turnaround times) fabrication and repair of

Dental Prosthesis/Crown and bridge, Implant fabrication,

and repair, and fabrication and repair of Dental Removable

Prosthsis.

Period of Performance - base year plus 2 possible option

years

Base year - 4/1/2017 to 9/30/2017

Option year 1 - 10/1/2017 to 9/30/2018

Option year 2 - 10/1/2018 to 9/30/2019

See CONTINUATION Page

614-3670160-064-824800-2560 0100248U9

X

X

Donna R. Harmon

Contracting Officer

VA249-17-Q-0319

Page 1 of

Page 2 of 2

Page 1 of

Table of Contents

SECTION B - CONTINUATION OF SF 1449 BLOCKS 3

B.1 CONTRACT ADMINISTRATION DATA 3

B.2 STATEMENT OF WORK 4

B.3 PRICE/COST SCHEDULE 11

ITEM INFORMATION 11

B.4 DELIVERY SCHEDULE 23

SECTION C - CONTRACT CLAUSES 24

C.1 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 24

C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 24

C.3 VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008) 24

C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 25

C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) 26

C.6 VAAR 852.246-71 INSPECTION (JAN 2008) 26

C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 26

C.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 27

C.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) 27

SECTION E SOLICITATION PROVISIONS 28

E.1 INSTRUCTIONS TO CONTRACTORS 28

E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 30

VA249-17-Q-0319

Page 1 of

Page 23 of 23

Page 1 of

SECTION B - CONTINUATION OF SF 1449 BLOCKS

B.1 CONTRACT ADMINISTRATION DATA

(continuation from Standard Form 1449, block 18A.)

1. Contract Administration: All contract administration matters will be handled by the following individuals:

a. CONTRACTOR:

b. GOVERNMENT: Contracting Officer 36C249 Donna R. Harmon

Department of Veterans Affairs

Network Contracting Office 9

1639 Medical Center Parkway

Suite 400

Murfreesboro TN 37129

2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:

[X]

52.232-34, Payment by Electronic Funds Transfer Other Than System For Award Management, or

[]

52.232-36, Payment by Third Party

3. INVOICES: Invoices shall be submitted in arrears:

a. Quarterly []

b. Semi-Annually []

c. Other [X] Monthly in arrears

4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.

FSC e-Invoice Payment

http://www.fsc.va.gov/fsc/einvoice.asp

Invoice Setup Information 1-877-489-6135

Invoice must be submitted electronically

ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:

AMENDMENT NO

DATE

B.2 STATEMENT OF WORK

FABRICATION AND REPAIR OF FIXED, IMPLANT, AND DENTAL REMOVABLE PROSTHESIS

The VA Medical Center (VAMC) Memphis TN Dental Service is requiring services for local (read short turnaround times) fabrication and repair of Dental Prosthesis/Crown and bridge, Implant fabrication and repair, and fabrication and repair of Dental Removable Prosthesis. The Contractor shall provide all resources necessary to fabricate and repair and type of Dental Prosthesis (fixed, implant, or removable)for dental patients eligible for treatment at the VAMC Dental Service delivering in a manner specified in this statement of work.

General Information:

SCOPE AND BACKGROUND:

Contractor shall provide the following dental laboratory services to the VAMC Dental Service. The Contractor shall provide all materials and supplies necessary to fabricate full and partial dentures with clasps for VAMC Memphis. For every task listed in the solicitation, the Contractor shall identify in writing all necessary subtasks (if any) and associated costs. Service(s) that is/are not listed in this solicitation must be added as a fixed price Service Line Item Number (SLIN). All contract modifications must be completed by the VA Contracting Officer (CO).

Contractor shall be required to make daily pickups and deliveries (Monday through Friday) at the Memphis VAMC, Dental Clinic facility at no additional cost to the Government between the hours of 8:00am and 3:00pm, or as needed.

Contractor shall be required to make denture repairs.

Contractor shall be required to reline dentures.

Contractor shall be required to fabricate custom impression trays.

Contractor shall be required to fabricate crown and bridge and implant.

This will be a firm-fixed price contract. Contractor's price for a finished denture, crown and bridge, and implant shall include the following shall include the following:

Mount and set-up teeth in wax for try in.

Finished denture to include patient s name and job number

Contractor will be required to use Lucitone 199 or its equivalent

Teeth specified by prescription

Finished dentures will be evaluated for the following:

Adequate occlusion

Aesthetics

Contour and polish

Contractor price shall include the following:

Fabrication of cast fixed restorations (single or multi-unit)

CAD/CAM fabrication of implant prosthesis and restorations

Mount and trim die and finish prosthesis

QUALITY OF PRODUCT

The Government requires a finished denture to be of a higher quality than a typical "economy type denture. The Government requires a finished crown or bridge, implant abutment, and implant crown. Quality of dental service will be of substantial value and quality as to be acceptable to dental VA provider.

DELIVERY SCHEDULE

The following delivery schedule is required for VAMC Memphis. All delivery times are based on normal VA workdays and hours.

Removable Full Denture Unit

CPT Code - D5110 upper, D5120 lower

To include:

Pour Primary Impression

Fabricate Custom Tray

Pour Final impressions

Fabricate Denture Base with Wax Bite Rim Wax Set-up of Teeth

Turnaround Time

2 day

3 days

2 days

Fabricate Denture Base with Wax Bite Rim 5 days

Wax Set-up of Teeth 5 days

Process, Finish, and Polish, per unit 5 days

2. Reset Teeth (if necessary) 1 additional day

3. Duplicate Denture (if necessary) 5 days

4. Fabricate Immediate Denture (if necessary)

CPT Code D5130 upper, D5140 lower 7 days

5.Removal - Partial Denture Unit

CPT Code D5211, D5212, D5213, D5214, D5225, D5226, D5281

To include: Turnaround Time

Pour Final Impressions 1 day

Fabricate Cast Framework 10 days

Wax Setup of teeth 5 days

Process, Finish, and polish for acrylic or metal based 4 days

Process, Finish, and polish Valplast RPD 5 days

6. Remake of Case Framework (if necessary) 10 days

7. Reset Teeth (if necessary) 1 additional day

8. Removable Prosthetic Repairs

Defined as one of the following:

CPT Code Description Turnaround Time

D5510 Repair Denture Base 1 day

D5520 Replace missing or broken tooth 1 day

D5610 Repair denture base 1 day

D5620 Repair cast framework 3 days

D5630 Repair/replace broken clasp 2 days

D5640 Replace broken teeth 1 day

D5650 Add tooth to existing partial 1 day

D5660 Add clasp to existing partial 2 days

9. Reline full denture

. CPT Code D5750 Upper, D5751 Lower 2 day

10. Reline partial denture

CPT Code D5760 Upper, D5761 Lower 2 day

11. Fabricate Surgical Stent

CPT Code D5982 2 days

12.Fabricate Fluoride Tray

CPT Code D5986 3 day

13. Fabricate Hard Night guard

CPT Code D9940 5 days

14. Fabricate interim partial or full dentures

CPT Codes D5810, D5811, D5820, D5821 5 days

15. Fabricate Fix bridge

CPT Codes D6750 D6971 5 days

D6720 D6721 D6792.D6722 D6740 D6750 D6752 D6545

D6792 D6780 D6781 D6782 D6792 D6783 D6790 D6791

D6793 D6794 D6795 D6920 D6930 D6940 D6950 D6970

16. Fabricate Cast Crown

CPT Codes - D2750 5 days

D2720 D2721 D2722 D2740 D2750 D2751 D2752

D2780 D2781 D2782 D2783 D2790 D2791 D2792

D2794 D2799

For example, if a contractor makes an on-site pickup to reline a full denture on Monday the Government requires an on-site delivery of the relined denture no later than the close of business on Wednesday.

Primary Laboratory Services

Fabrication of Valplast and Acrylic Partials

Repairs of Valplast, and Acrylic Partials

Fabrication of Cast Metal Partials

Repair of Cast Metal Partials

Fabrication of Removable Complete Dentures

Repair of Removable Complete Dentures

Fabrication of one or more fixed prosthesis on natural tooth abutments and/or implant abutments to restore the form, function, and aesthetics of an eligible VA patient s stomatognathic system

In house CAD/CAM capability for design and fabrication of custom implant--abutments and prostheses

The CAD/CAM capabilities must include proper form and function

CAD/CAM capability for design and ability to have fabricated custom titanium and or zirconium substructures that meet the Manufacturers System requirements to maintain the warranty. The design must include the expertise necessary to predict the prosthesis that will function with the custom bar

CAD/CAM capability for design and fabrication of fixed prosthetic crowns, bridges, inlays, and onlays using both metallic and all ceramic materials

CAD/CAM capability for design and fabrication of fixed prostheses that includes but not limited to crowns, bridges, inlays, onlays, veneers to include precious metal, porcelain and zirconium restorations.-- The design must include the expertise necessary to predict the prosthesis that will function within the high level of occlusal requirements the meet the needs of specialty trained dentists.

Cast restoration and implant restorations must employ dry trimming of all model work as a methodology and meet the standards of dental materials approved by the ADA

Custom shade selection provided by certified lab technician on lab premises that meets all appropriate HIPPA regulations

VAMC Dental Service may request augmented services. The Contractor shall provide all materials and supplies necessary to complete each item. Contractor shall provide the following dental laboratory services to the VA Dental Service. For every task listed in the solicitation, the Contractor shall identify in writing all necessary subtasks (if any) and associated costs. Service(s) that is/are not listed in this solicitation must be added as a fixed price Service Line Item Number (SLIN). All contract modifications must be completed by the VA Contracting Officer (CO).

Augmented Laboratory Services

Traditional acrylic partials with wire clasps

Splints

Mouth Guards

Processed Hard and Soft Lines

Diagnostic wax-up and design services for removable prosthodontics

Pre-fabricated and custom abutments for implants

Precision cast retentive bars

Precision and semi-precision attachments

Fabrication of any fixed dental prosthesis including, but not limited to, porcelain veneers, crowns and fixed partial dentures

Relines and Repairs

The Contractor shall provide all materials and supplies necessary to complete each item. Acceptable supplies for removable prosthodontics include: Lucitone 199 denture acrylic, and Ivoclar or Dentsply denture teeth.

2. SPECIFIC REQUIREMENTS:

The Contractor shall provide items that meet the quality, esthetic and functional requirements of the patient. All dentures and partials will carry a patient identification. The Contractor shall be familiar with mould guides by Dentsply and Ivoclar. The Contractor shall use procedures, techniques, and current technology, which are considered to meet Federal Drug Administration (FDA) regulations, American National Standards Institute (ANSI) guidelines and Buy American Act policies. The Contractor shall not subcontract any of VAMC dental laboratory services for the duration of the contract.

The following materials shall be used in the fabrication of dental prostheses:

Complete Dentures/Removable Partial Dentures:

Lucitone 199 acrylic resin or comparable material

Occlusal Scheme:

Monoplane, linear

Anatomic, full balanced

Lingualized, linear

33 */monoplane

30 *rational

Functional/rational

The Contractor shall at no additional expense to VAMC, re-make all dental items that are not correct or flawed due to Contractor error. For example, if a framework does not fit the cast, it will be considered flawed and unacceptable. The framework will be re-made at no additional expense to the Government. If the framework fits the cast but not on the patient s teeth, it will be considered a flawed action of the Government and the remake will be at VAMC s expense.

The Contractor s laboratory shall offer:

The ADA standard should be met or exceeded in terms of quality of work produced.

Currently acceptable ADA dental materials should be made available for the fabrication of the prostheses.-- All materials used should be American Dental Association certified and each case must be completely documented in writing as to what materials and percentages were used and that they are documented on billing invoices.

The lab must have an infection control program for all lab cases received by the lab and outgoing fabricated lab work. The program must be in place and reviewed by the Chief of the dental service or designee on an annual basis. They must meet all current OSHA and CDC guidelines to insure protection of the dental lab vendor employees and the Memphis VA Dental Clinic staff and patients.

Knows and understands the requirements of restorative materials, occlusion, form, function and applies to the prostheses.

Maintains an in house continuing education program to improve the knowledge base of the technicians in an environment of constant improvement, TQI.

Case consultation with individual VAMC Dentists,

Responsive and knowledgeable customer service representatives at no cost,

Patient identification placed on all dentures and partials, including the patient s first initial of last name and last 4 digits of their social security number. According to Privacy Fact Sheet from Office of Health Data and informatics VHA Privacy Office.

Fabrication and repairs conducted in-house/on-site,

No charge for daily pick-up, tracking and delivery services,

Adherence to The Centers for Disease Control (CDC) infection control guidelines for all incoming and outgoing cases.

SCHEDULE FOR DELIVERABLES

The Contractor will provide blank prescription forms to VAMC Dental Service to be completed by the prescribing dentist.

VAMC Dentists will provide dental service prescriptions, accurate impressions and bite registrations. The form shall include the following information:

Patient s first initial of last name and last 4 of SSN

Type of prosthesis to be fabricated and any additional instructions.

Attending dentist s name

Date prosthesis sent

Return Date

SPECIAL INSTRUCTIONS:

If a prescription is not legible or clearly understood, the contractor must contact the VAMC Assistant Dental Lab Supervisor or designee to obtain a clear and legible prescription.

Impressions, teeth, prescriptions, finished product, etc. will be picked up from VAMC Dental Service and delivered to the Contractor s laboratory. Completed work shall meet the Schedule of Deliverables and returned to VAMC Dental Service. Daily pick-up and deliveries shall be accomplished Monday through Friday (working days), 9:00 a.m.-3:00 p.m. (working hours), excluding Federal Holidays and any other day specifically declared by the President of the United States to be a national holiday.

All laboratory services shall be completed no later than ten (10) working days from the day of arrival at the laboratory unless specific turnaround times stated earlier require quicker service. Any changes in turnaround times must be agreed upon with the VAMC Dentist(s), VAMC designee, or Contracting Officer (CO). If timeframes cannot be met, the Contractor will give notice to the VAMC Dentist(s), VAMC Dental Service, VAMC designee, or Contracting Officer (CO) for rescheduling patients.

QUALIFICATIONS:

A certified/licensed Dental Laboratory Technician must supervise all laboratory work from the VAMC Dental Service. The Contractor must furnish an up-to-date list of all certified/licensed Dental Laboratory Technicians that are supervising laboratory work from VAMC Dental Service. The list of certification/licensure must be updated every six months and provided to the VAMC Contract Officer s Representative (COR) as needed and/or certified as accurate and complete.

CHANGES TO STATEMENT OF WORK

Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the VA Contracting Officer (CO). A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of parties other than the Contracting Officer (CO) shall be borne by the Contractor.

HIPAA: HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT:

The Contractor must comply with all applicable privacy and confidentiality Statutes and

Regulations VA Security policies and directives. HIPAA requirements contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act of 1996 and National Standards to Protect Privacy of Protected Health Information (PHI). A Business Associate Agreement (BAA) will be executed and be made part of the resulting contract.

INVOICING

Invoices must be submitted monthly and contain at a minimum the following information. Contractor shall provide this information on one original electronically submitted invoice:

Contract number

Patient (s) First initial of last name

Social Security Number (last 4). Patient information will be safeguarded in accordance with VAMC policy.

Cost per unit,

Total Cost

Date of Service

Invoices must be available upon request to validate the number of completed VAMC dental laboratory cases, cost per case and total cost per month. The Contractor must maintain invoices throughout the duration of the contract.

3. PERFORMANCE PERIOD

The Base Period for this contract is effective from:

April 1, 2017 through September 30, 2017 plus Two (2) one (1) year options.

Option Period-1 from October 1, 2017 through September 30, 2018

Option Period-2 from October 1, 2018 through September 30, 2019

This contract is subject to the availability of funds.

WORK HOURS:

a.The services covered by this contract shall be furnished by the Contractor as defined herein. The Contractor shall not be required to furnish emergency services or services during off-duty hours as described below.

b. The following terms have the following meanings:

(1) Working Days/Working Hours: Monday through Friday, 8:00 a.m. 4:30 p.m.

(2) National Holidays:

The 10 holidays observed by the Federal Government are:

New Year s Day

Martin Luther King s Birthday

President s Day

Memorial Day

Independence Day

Labor Day

Columbus Day

Veterans Day

Thanksgiving

Christmas

Any other day specifically declared by the President of the United States to be a national holiday.

RECORD KEEPING:

The Contractor shall establish and maintain a record keeping system that will track deliveries to VAMC Dental Service and the return of services requested from the Contractor s location of service.

4. TYPE OF CONTRACT:

This will be a firm-fixed price contract.

5. 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. No lead products or by-products will be used in any fabrications or repairs. Contractor shall perform internal technical audits to ensure consistent, high quality, and timely restorations. The Contractor s laboratory shall use procedures, techniques, and current technologies, which are consistent with Occupational Safety and Health Administration (OSHA) and Center for Disease Control (CDC) standards.

CONTRACT PERFORMANCE MONITORING:

The contract will be subject to CPARS under FAR 42.1503. The VAMC COR will monitor the Contractor's performance to ensure contract compliance, and to ensure VAMC is receiving the following services:

(a) TIMEFRAME - The Contractor shall complete and return all dental laboratory work delivered to the Contractor s service location per Schedule of Deliverables. The Chief, Dental Service or his designee is VAMC s appointed official responsible for contract compliance. After contract award, any incidents of Contractor noncompliance as evidenced by these monitoring procedures shall be forwarded to the Contracting Officer (CO) for review.

(b) INVOICE VERIFICATION The Contractor shall provide a complete and accurate invoice each month with each case.

A request for payment shall be submitted to:

Department of Veterans Affairs

Financial Services Center

P.O. Box 149971

Austin, TX 78714-8971

Each completed case will be identified by the service provided on the invoice.

(c) CASE CONSULTATION The Contractor shall provide case-by-case consultation as needed on provided services within twenty-four hours of consultation request.

(d) FLAWED PRODUCT The Contractor shall rework flawed products, which were not done by them within the same timeframe as other products delivered to them for laboratory services.

6. CONTRACT AWARD MEETING

The contractor shall not commence performance on the tasks in this SOW until the Contracting Officer (CO) has conducted a post-award conference, or has advised the contractor that a post-award conference is waived.

7. CONTRACT ADMINISTRATION DATA:

Donna Harmon, Contracting Officer

Department of Veteran Affairs

NCO 9 Network Contract Office

1639 Medical Center Pkwy, Suite 400

Murfreesboro, TN 37129

615-225-5498

B.3 PRICE/COST SCHEDULE

ITEM INFORMATION

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

Complete Dentures

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

1.00

EA

__________________

__________________

0002

Partial Denture with Metal Frame

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

1.00

EA

__________________

__________________

0003

Repair Denture

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

1.00

EA

__________________

__________________

0004

Crown and Bridge

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

105.00

EA

__________________

__________________

0005

Implant abutment and crowns

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

120.00

EA

__________________

__________________

0006

Miscellaneous Casting

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

5.00

EA

__________________

__________________

1001

Complete Dentures

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

1.00

EA

__________________

__________________

1002

Partial Denture with Metal Frame

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

1.00

EA

__________________

__________________

1003

Repair Denture

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

1.00

EA

__________________

__________________

1004

Crown and Bridge

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

210.00

EA

__________________

__________________

1005

Implant abutment and crowns

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

240.00

EA

__________________

__________________

1006

Miscellaneous Casting

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

10.00

EA

__________________

__________________

2001

Complete Dentures

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

1.00

EA

__________________

__________________

2002

Partial Denture with Metal Frame

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

1.00

EA

__________________

__________________

2003

Repair Denture

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

1.00

EA

__________________

__________________

2004

Crown and Bridge

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

210.00

EA

__________________

__________________

2005

Implant abutment and crowns

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

240.00

EA

__________________

__________________

2006

Miscellaneous Casting

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

10.00

EA

__________________

__________________

0001AA

Model

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

150.00

EA

__________________

__________________

0001AB

Custom Tray

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

150.00

EA

__________________

__________________

0001AC

Bite Block

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

0

EA

__________________

__________________

0001AD

Set up

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

150.00

EA

__________________

__________________

0001AE

Process and Finish

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

150.00

EA

__________________

__________________

0002AA

Framework W/Lingual Bar 2 Clasps and 2 Saddles

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0002AB

Model

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0002AC

Custom Tray

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0002AD

Bite Block

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0002AE

Set Up plus teeth

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0002AF

Process and Finish

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

27.50

EA

__________________

__________________

0003AA

Acrylic Partial Dentures w/2 Wrought Wire Clasps

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

120.00

EA

__________________

__________________

0003AB

Model

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

120.00

EA

__________________

__________________

0003AC

Custom Tray

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

120.00

EA

__________________

__________________

0003AD

Flexible (Valplast Type) Partial plus Teeth

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

50.00

EA

__________________

__________________

0003AE

Surgical Stent

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

30.00

EA

__________________

__________________

0003AF

Bleaching Trays

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

10.00

EA

__________________

__________________

0003AG

Implant Bar Overdenture Including Implant Parts and High Noble Metal Titanium Bar 3-6 sites CAD/CAM

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

10.00

EA

__________________

__________________

0003AH

Repair Denture

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

30.00

EA

__________________

__________________

0003AJ

Repair Partial Denture

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

30.00

EA

__________________

__________________

0003AK

Reline

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

40.00

EA

__________________

__________________

0003AL

Rebase

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

40.00

EA

__________________

__________________

0003AM

EMA sleep apnea device

Contract Period: Base

POP Begin: 04-01-2017

POP End: 09-30-2017

20.00

EA

__________________

__________________

1001AA

Model

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

300.00

EA

__________________

__________________

1001AB

Custom Tray

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

300.00

EA

__________________

__________________

1001AC

Bite Block

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

300.00

EA

__________________

__________________

1001AD

Set up

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

300.00

EA

__________________

__________________

1001AE

Process and Finish

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

300.00

EA

__________________

__________________

1002AA

Framework W/Lingual Bar 2 Clasps and 2 Saddles

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1002AB

Model

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1002AC

Custom Tray

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1002AD

Bite Block

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1002AE

Set Up plus teeth

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1002AF

Process and Finish

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

55.00

EA

__________________

__________________

1003AA

Acrylic Partial Dentures w/2 Wrought Wire Clasps

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

240.00

EA

__________________

__________________

1003AB

Model

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

240.00

EA

__________________

__________________

1003AC

Custom Tray

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

240.00

EA

__________________

__________________

1003AD

Flexible (Valplast Type) Partial plus Teeth

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

100.00

EA

__________________

__________________

1003AE

Surgical Stent

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

60.00

EA

__________________

__________________

1003AF

Bleaching Trays

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

20.00

EA

__________________

__________________

1003AG

Implant Bar Overdenture Including Implant Parts and High Noble Metal Titanium Bar 3-6 sites CAD/CAM

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

20.00

EA

__________________

__________________

1003AH

Repair Denture

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

60.00

EA

__________________

__________________

1003AJ

Repair Partial Denture

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

60.00

EA

__________________

__________________

1003AK

Reline

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

80.00

EA

__________________

__________________

1003AL

Rebase

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

80.00

EA

__________________

__________________

1003AM

EMA sleep apnea device

Contract Period: Option 1

POP Begin: 10-01-2017

POP End: 09-30-2018

40.00

EA

__________________

__________________

2001AA

Model

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

300.00

EA

__________________

__________________

2001AB

Custom Tray

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

300.00

EA

__________________

__________________

2001AC

Bite Block

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

300.00

EA

__________________

__________________

2001AD

Set up

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

300.00

EA

__________________

__________________

2001AE

Process and Finish

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

300.00

EA

__________________

__________________

2002AA

Framework W/Lingual Bar 2 Clasps and 2 Saddles

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2002AB

Model

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2002AC

Custom Tray

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2002AD

Bite Block

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2002AE

Set Up plus teeth

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2002AF

Process and Finish

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

55.00

EA

__________________

__________________

2003AA

Acrylic Partial Dentures w/2 Wrought Wire Clasps

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

240.00

EA

__________________

__________________

2003AB

Model

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

240.00

EA

__________________

__________________

2003AC

Custom Tray

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

240.00

EA

__________________

__________________

2003AD

Flexible (Valplast Type) Partial plus Teeth

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

100.00

EA

__________________

__________________

2003AE

Surgical Stent

Contract Period: Option 2

POP Begin: 04-01-2018

POP End: 09-30-2019

60.00

EA

__________________

__________________

2003AF

Bleaching Trays

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

20.00

EA

__________________

__________________

2003AG

Implant Bar Overdenture Including Implant Parts and High Noble Metal Titanium Bar 3-6 sites CAD/CAM

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

20.00

EA

__________________

__________________

2003AH

Repair Denture

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

60.00

EA

__________________

__________________

2003AJ

Repair Partial Denture

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

60.00

EA

__________________

__________________

2003AK

Reline

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

80.00

EA

__________________

__________________

2003AL

Rebase

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

80.00

EA

__________________

__________________

2003AM

EMA sleep apnea device

Contract Period: Option 2

POP Begin: 10-01-2018

POP End: 09-30-2019

40.00

EA

__________________

__________________

GRAND TOTAL

__________________

B.4 DELIVERY SCHEDULE

ITEM NUMBER

QUANTITY

DELIVERY DATE

ALL

Memphis VAMC

1030 Jefferson Avenue

Memphis, TN 38104

Various dates during base year of 4-1-2017 to 9-30-2017 and possible option years: Option year 1 10-1-2017 to 9-30-2018, Option year 2 10-1-2018 to 9-30-2019

VA249-17-Q-0319

Page 1 of

Page 27 of 27

Page 1 of

SECTION C - CONTRACT CLAUSES

C.1 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

(End of Clause)

C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.

(End of Clause)

C.3 VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (JAN 2008)

(a) Indemnification. The contractor expressly agrees to indemnify and save the Government, its officers, agents, servants, and employees harmless from and against any and all claims, loss, damage, injury, and liability, however caused, resulting from, arising out of, or in any way connected with the performance of work under this agreement. Further, it is agreed that any negligence or alleged negligence of the Government, its officers, agents, servants, and employees, shall not be a bar to a claim for indemnification unless the act or omission of the Government, its officers, agents, servants, and employees is the sole, competent, and producing cause of such claims, loss, damage, injury, and liability. At the option of the contractor, and subject to the approval by the contracting officer of the sources, insurance coverage may be employed as guaranty of indemnification.

(b) Insurance. Satisfactory insurance coverage is a condition precedent to award of a contract. In general, a successful bidder must present satisfactory evidence of full compliance with State and local requirements, or those below stipulated, whichever are the greater. More specifically, workers' compensation and employer's liability coverage will conform to applicable State law requirements for the service contemplated, whereas general liability and automobile liability of comprehensive type shall, in the absence of higher statutory minimums, be required in the amounts per vehicle used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. State-approved sources of insurance coverage ordinarily will be deemed acceptable to the Department of Veterans Affairs installation, subject to timely certifications by such sources of the types and limits of the coverages afforded by the sources to the bidder. [Contracting Officer's Note: In those instances where airplane service is to be used, substitute the word "aircraft" for "automobile" and "vehicle" and modify coverage to require aircraft public and passenger liability insurance of at least $200,000 per passenger and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater.]

(End of Clause)

C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)

(a) Definitions. As used in this clause

(1) Contract financing payment has the meaning given in FAR 32.001.

(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).

(3) Electronic form means an automated system transmitting information electronically according to the

Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.

(4) Invoice payment has the meaning given in FAR 32.001.

(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.

(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.

(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:

(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)

(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.

(d) Invoice requirements. Invoices shall comply with FAR 32.905.

(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:

(1) Awards made to foreign vendors for work performed outside the United States;

(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;

(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;

(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or

(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.

(End of Clause)

C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)

The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Tennessee. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)

C.6 VAAR 852.246-71 INSPECTION (JAN 2008)

Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.

(End of Clause)

C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

http://www.acquisition.gov/far/index.html.

http://www.va.gov/oal/library/vaar/.

52.212-3

52.212-5

52.203-17

52.203-6

52.204-10

52.204-15

52.209-6

52.209-9

52.219-8

52.219-28

52.222-3

52.222-21

52.222-26

52.222-35

52.222-36

52.222-37

52.222-40

52.222-50

52.222-54

52.222-60

52.223-18

52.225-13

52.232-34

52.222-17

52.222-41

52.222-42

52.222-43

42.222-55

52.222-62

(End of Clause)

C.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)

The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

PLEASE NOTE: The correct mailing information for filing alternate protests is as follows:

Deputy Assistant Secretary for Acquisition and Logistics,

Risk Management Team, Department of Veterans Affairs

810 Vermont Avenue, N.W.

Washington, DC 20420

C.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)

The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.

(End of Provision)

VA249-17-Q-0319

Page 1 of

Page 30 of 30

Page 1 of

SECTION E SOLICITATION PROVISIONS

E.1 INSTRUCTIONS TO CONTRACTORS

In order to maximize efficiency and minimize the time for quote evaluation, the Offeror shall submit the quote in accordance with the format specified below. Each offer shall contain the following information in electronic format:

The electronic quote shall be prepared so that it meets the following format requirements:

Quotes shall be submitted via e-mail and not in less than Font size 12 inch Arial Font with margins of 1 inch on all sides of each page.

No hyperlinks

In Microsoft Word, version 2003 or later version.

All pages other than the cover page, must include the Offeror s name and page number.

QUOTE SUMMARY

The CO will receive quotes at the place and time set forth in the solicitation and will safeguard them in a secure area. Upon receipt, the CO shall make a preliminary review of all quotes submitted to determine responsiveness and completeness in accordance with the Instructions to Offerors provided in the solicitation (e.g., volumes, number of copies, exclusion of price/price data from past performance quotes, etc.). If a quote is deemed to be substantially incomplete, that offer may be eliminated from further consideration for award without further review. This review shall be documented.

The quotes shall have the following page limits in the solicitation s section on Instructions to Offerors:

Volume

Title

Max Number of Pages

1

Administrative Information

1Page, excluding submission of FAR clause 52.212-3, signed copy of SF 1449, and signed copy(ies) of any amendments

1

Past Performance

12 Page Narrative including former customer/client contact information

1

Management Approach

10 Pages

2

Price Quote

20 Pages

ADMINISTRATIVE INFORMATION

Offerors shall submit administrative information, including a cover letter, representations and certifications.

The cover letter shall include all the information required by FAR 52.212-1 signed by an individual authorized to commit the company to the quote. The cover letter shall identify the number and types of copies of the quotes being transmitted. The cover letter shall reference the solicitation number and acknowledge that it transmits an offer in response to the solicitation. It shall state:

Taxpayer Identification Number (TIN),

Address(es) of the location(s) at which the Offeror intends to perform the proposed effort,

Names and telephone numbers of persons authorized to conduct negotiations, as well as the name of the official authorized to bind the Offeror s organization shall be clearly identified,

EVALUATION METHODOLOGY

The Government intends to award one Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, under FAR Part 13.5, resultant from the issuance of this solicitation to the responsible Offeror submitting quotes that are determined most advantageous to the Government, price and other factors considered. The evaluation of quotes will be based on an evaluation of Past Performance, Management Approach, and Price submitted by each Offeror. Award under this procurement will be made to the Offeror determined to be the best value to the Government.

In the evaluation of all Offerors quotes, Past Performance is significantly more important than Management Approach. When quotes are determined not to have any substantial differences (i.e., are essentially equivalent to each other), the importance of price in making the award determination will be greater and award may be made to the lower priced quote. It should be noted that award may be made to other than the lowest priced Offeror if the Government determines that a price premium is warranted due to Past Performance, and/or Management Approach.

QUOTE EVALUATION

Offerors quotes shall be evaluated using the factors described below, and must address all elements listed in the Instructions to Offerors in the solicitation. Evaluations will focus on the quotes ability to meet the objectives of the solicitation. Any quote that does not meet the requirements of the solicitation may not be considered for award.

Factor 1: PAST PERFORMANCE

The Offeror shall demonstrate successful, recent, and relevant (i.e., experience in providing services similar in size, scope, and complexity as described in solicitation) past performance. The more closely the previous/current performance of services matches the solicitation requirements in terms of performance provided, the more relevant the performance may be considered. Determination of relevance is the sole discretion of the Government.

The Offeror shall provide a list of all contracts performed meeting or exceeding the size, scope, and complexity as described in solicitation. By submitting the list, the Offeror certifies that the list is current, complete, and accurate. The Government reserves the right to contact any of the references provided.

The past performance submission shall be comprised of the following:

Narrative: Past performance information may be for the Offeror and/or personnel as identified in the solicitation. The following information shall be submitted with recent and relevant past performance:

Name and address, including zip code, of the Contracting Agency or Commercial Client

Contract Number

Brief description of contract, the work performed, and relevance to this requirement

Total contract value

Number of dental cases serviced per Month

Period of Performance

contacting Officer s telephone number and email address

Program manager, project officer, or COTR s telephone number and email address

Contractor Office Address, including zip code, during referenced performance period.

Completed Past Performance Questionnaires:

A Past Performance Questionnaire shall be utilized to determine the quality of the Contractor s past performance as it relates to the probability of success of the required effort. The Past Performance Questionnaire shall be mailed/faxed to the Contracting Agency or Commercial Client. The Offeror shall instruct the Contracting Agency or Commercial Client to return a copy of the completed questionnaire directly to Donna Harmon at Network Contracting Office 09, 1639 Medical Center Pkwy, Room 400, Murfreesboro, TN 37129 or via email at [email protected] NOT LATER THAN THE CLOSING DATE OF THE SOLICITATION (inclusive of any closing date extensions granted via amendment).

The Government may use information provided by the Offeror in their quote submission, information in both Government and commercial databases, and other information available as VA determines is reasonable. The Government reserves the right to contact all references.

IF THE OFFEROR HAS NO RELEVANT AND RECENT PAST PERFORMANCE, it shall affirmatively state that it possesses no relevant past performance.

IF OFFEROR HAS LITTLE RELEVANT AND RECENT PAST PERFORMANCE, it shall state that it possesses no relevant past performance.

Factor 2: MANAGEMENT APPROACH

Offerors shall submit a comprehensive Management Approach.

Optimal service effectiveness and delivery of dental services.

Organizational Communication. The Offeror shall address how the lines of communication will be maintained between management, staff, and personnel.

Ensuring Quality: Provide a Quality Assurance Surveillance Plan (QASP) to ensure the stated performance standards are consistently met. (See details in below paragraph.)

Quality Assurance Surveillance Plan (QASP): The Offeror must propose a QASP that will cover all services to be provided. The Offeror s QASP will describe the Offeror s Quality Assurance (QA) capability and how they will assess all aspects of the Offeror s business to ensure that the performance standards stated in the contract are met. The Government, at the program level, expects to work with and through the Offeror s quality assurance organization in 1) assessing and validating Contractor performance, 2) documenting Contractor-identified performance issues, 3) implementing performance improvement projects, and 4) monitoring corrective action as appropriate. The QA function will confirm the validity and reliability of management indicators and/or compliance with requirements. The QA function will review and report on high risk processes. The QA Plan should provide for growth and improvement of performance levels.

All proposed solutions must be fully operational within 30 days after award.

Factor 3: Price.

The Government shall evaluate price to determine whether or not it is considered fair and reasonable. The Government may utilize competition, market research, or other resources to evaluate proposed prices.

The total evaluated price shall be the sum of the price for the base and option periods for all proposed Service Line Items.

E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014)

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Past Performance, Management Approach (Technical), and Price.

Past Performance is significantly more important than

Management Approach (Technical). Award will be made to the

Offeror determined to be the best value to the Government.

Technical and past performances, when combined, are approximately equal to Price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

Link/URL: https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q0319/listing.html

Older

Sempra Energy Announces 2016 Earnings

Newer

Combine Solicitation – 65– MEDTRONIC PEAK PLASMA BLADE & AEX GENERATOR WITH CART

Advisor News

  • D.C. Digest: 'One Big Beautiful Bill' rebranded 'Working Families Tax Cut'
  • OBBBA and New Year’s resolutions
  • Do strong financial habits lead to better health?
  • Winona County approves 11% tax levy increase
  • Top firms’ 2026 market forecasts every financial advisor should know
More Advisor News

Annuity News

  • Judge denies new trial for Jeffrey Cutter on Advisors Act violation
  • Great-West Life & Annuity Insurance Company Trademark Application for “EMPOWER BENEFIT CONSULTING SERVICES” Filed: Great-West Life & Annuity Insurance Company
  • 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
  • An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
  • Product understanding will drive the future of insurance
More Annuity News

Health/Employee Benefits News

  • ‘Egregious’: Idaho insurer says planned hospital’s practices could drive up costs
  • D.C. DIGEST
  • Medicaid agencies stepping up outreach
  • D.C. Digest: 'One Big Beautiful Bill' rebranded 'Working Families Tax Cut'
  • State employees got insurance without premiums
More Health/Employee Benefits News

Life Insurance News

  • One Bellevue Place changes hands for $90.3M
  • To attract Gen Z, insurance must rewrite its story
  • Baby On Board
  • 2025 Top 5 Life Insurance Stories: IUL takes center stage as lawsuits pile up
  • Private placement securities continue to be attractive to insurers
Sponsor
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Elevate Your Practice with Pacific Life
Taking your business to the next level is easier when you have experienced support.

ICMG 2026: 3 Days to Transform Your Business
Speed Networking, deal-making, and insights that spark real growth — all in Miami.

Your trusted annuity partner.
Knighthead Life provides dependable annuities that help your clients retire with confidence.

8.5% Cap Guaranteed for the Full Term
Guaranteed cap rate for 5 & 7 years—no annual resets. Explore Oceanview CapLock FIA.

Press Releases

  • Two industry finance experts join National Life Group amid accelerated growth
  • National Life Group Announces Leadership Transition at Equity Services, Inc.
  • SandStone Insurance Partners Welcomes Industry Veteran, Rhonda Waskie, as Senior Account Executive
  • Springline Advisory Announces Partnership With Software And Consulting Firm Actuarial Resources Corporation
  • Insuraviews Closes New Funding Round Led by Idea Fund to Scale Market Intelligence Platform
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Advertise
  • Contact
  • Editorial Staff
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet