Combine Solicitation – 65– Dental Fabrication Base plus 2
Notice Type: Combine Solicitation
Posted Date:
Office Address:
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):
Place of Performance (zipcode): 38104
Place of Performance Country:
Description:
Nashville VAMC
PAGE 1 OF1. REQUISITION NO.
2. CONTRACT NO.
3. AWARD/EFFECTIVE DATE
4. ORDER NO.
5. SOLICITATION NUMBER
6. SOLICITATION ISSUE DATE
a.
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
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.
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
615-225-5498
90C
Network Contracting Office 9
Suite 400
X
100
x
339116
500 Employees
N/A
X
VAMC
Memphis VAMC
90C
Network Contracting Office - 9
Suite 400
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 -
Option year 1 -
Option year 2 -
See CONTINUATION Page
614-3670160-064-824800-2560 0100248U9
X
X
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 (
C.2 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
C.3 VAAR 852.228-71 INDEMNIFICATION AND INSURANCE (
C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (
C.6 VAAR 852.246-71 INSPECTION (
C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (
C.8 VAAR 852.203-70 COMMERCIAL ADVERTISING (
C.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (
SECTION E SOLICITATION PROVISIONS 28
E.1 INSTRUCTIONS TO CONTRACTORS 28
E.2 52.212-2 EVALUATION COMMERCIAL ITEMS (
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.
a. CONTRACTOR:
b. GOVERNMENT: Contracting Officer 36C249
Network Contracting Office 9
Suite 400
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
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,
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
DELIVERY SCHEDULE
The following delivery schedule is required for VAMC Memphis. All delivery times are based on normal
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
Repairs of
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
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
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
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
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
Currently acceptable
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
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
Fabrication and repairs conducted in-house/on-site,
No charge for daily pick-up, tracking and delivery services,
Adherence to
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),
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:
Option Period-1 from
Option Period-2 from
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,
(2) National Holidays:
The 10 holidays observed by the Federal Government are:
Christmas
Any other day specifically declared by the President of
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
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:
P.O. Box 149971
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:
NCO 9 Network Contract Office
1639 Medical Center Pkwy, Suite 400
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:
POP End:
1.00
EA
__________________
__________________
0002
Partial Denture with Metal Frame
Contract Period: Base
POP Begin:
POP End:
1.00
EA
__________________
__________________
0003
Repair Denture
Contract Period: Base
POP Begin:
POP End:
1.00
EA
__________________
__________________
0004
Crown and Bridge
Contract Period: Base
POP Begin:
POP End:
105.00
EA
__________________
__________________
0005
Implant abutment and crowns
Contract Period: Base
POP Begin:
POP End:
120.00
EA
__________________
__________________
0006
Contract Period: Base
POP Begin:
POP End:
5.00
EA
__________________
__________________
1001
Complete Dentures
Contract Period: Option 1
POP Begin:
POP End:
1.00
EA
__________________
__________________
1002
Partial Denture with Metal Frame
Contract Period: Option 1
POP Begin:
POP End:
1.00
EA
__________________
__________________
1003
Repair Denture
Contract Period: Option 1
POP Begin:
POP End:
1.00
EA
__________________
__________________
1004
Crown and Bridge
Contract Period: Option 1
POP Begin:
POP End:
210.00
EA
__________________
__________________
1005
Implant abutment and crowns
Contract Period: Option 1
POP Begin:
POP End:
240.00
EA
__________________
__________________
1006
Contract Period: Option 1
POP Begin:
POP End:
10.00
EA
__________________
__________________
2001
Complete Dentures
Contract Period: Option 2
POP Begin:
POP End:
1.00
EA
__________________
__________________
2002
Partial Denture with Metal Frame
Contract Period: Option 2
POP Begin:
POP End:
1.00
EA
__________________
__________________
2003
Repair Denture
Contract Period: Option 2
POP Begin:
POP End:
1.00
EA
__________________
__________________
2004
Crown and Bridge
Contract Period: Option 2
POP Begin:
POP End:
210.00
EA
__________________
__________________
2005
Implant abutment and crowns
Contract Period: Option 2
POP Begin:
POP End:
240.00
EA
__________________
__________________
2006
Contract Period: Option 2
POP Begin:
POP End:
10.00
EA
__________________
__________________
0001AA
Model
Contract Period: Base
POP Begin:
POP End:
150.00
EA
__________________
__________________
0001AB
Custom Tray
Contract Period: Base
POP Begin:
POP End:
150.00
EA
__________________
__________________
0001AC
Bite Block
Contract Period: Base
POP Begin:
POP End:
0
EA
__________________
__________________
0001AD
Set up
Contract Period: Base
POP Begin:
POP End:
150.00
EA
__________________
__________________
0001AE
Process and Finish
Contract Period: Base
POP Begin:
POP End:
150.00
EA
__________________
__________________
0002AA
Framework W/Lingual Bar 2 Clasps and 2 Saddles
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0002AB
Model
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0002AC
Custom Tray
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0002AD
Bite Block
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0002AE
Set Up plus teeth
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0002AF
Process and Finish
Contract Period: Base
POP Begin:
POP End:
27.50
EA
__________________
__________________
0003AA
Acrylic Partial Dentures w/2 Wrought Wire Clasps
Contract Period: Base
POP Begin:
POP End:
120.00
EA
__________________
__________________
0003AB
Model
Contract Period: Base
POP Begin:
POP End:
120.00
EA
__________________
__________________
0003AC
Custom Tray
Contract Period: Base
POP Begin:
POP End:
120.00
EA
__________________
__________________
0003AD
Flexible (Valplast Type) Partial plus Teeth
Contract Period: Base
POP Begin:
POP End:
50.00
EA
__________________
__________________
0003AE
Surgical Stent
Contract Period: Base
POP Begin:
POP End:
30.00
EA
__________________
__________________
0003AF
Bleaching Trays
Contract Period: Base
POP Begin:
POP End:
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:
POP End:
10.00
EA
__________________
__________________
0003AH
Repair Denture
Contract Period: Base
POP Begin:
POP End:
30.00
EA
__________________
__________________
0003AJ
Repair Partial Denture
Contract Period: Base
POP Begin:
POP End:
30.00
EA
__________________
__________________
0003AK
Reline
Contract Period: Base
POP Begin:
POP End:
40.00
EA
__________________
__________________
0003AL
Rebase
Contract Period: Base
POP Begin:
POP End:
40.00
EA
__________________
__________________
0003AM
EMA sleep apnea device
Contract Period: Base
POP Begin:
POP End:
20.00
EA
__________________
__________________
1001AA
Model
Contract Period: Option 1
POP Begin:
POP End:
300.00
EA
__________________
__________________
1001AB
Custom Tray
Contract Period: Option 1
POP Begin:
POP End:
300.00
EA
__________________
__________________
1001AC
Bite Block
Contract Period: Option 1
POP Begin:
POP End:
300.00
EA
__________________
__________________
1001AD
Set up
Contract Period: Option 1
POP Begin:
POP End:
300.00
EA
__________________
__________________
1001AE
Process and Finish
Contract Period: Option 1
POP Begin:
POP End:
300.00
EA
__________________
__________________
1002AA
Framework W/Lingual Bar 2 Clasps and 2 Saddles
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1002AB
Model
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1002AC
Custom Tray
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1002AD
Bite Block
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1002AE
Set Up plus teeth
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1002AF
Process and Finish
Contract Period: Option 1
POP Begin:
POP End:
55.00
EA
__________________
__________________
1003AA
Acrylic Partial Dentures w/2 Wrought Wire Clasps
Contract Period: Option 1
POP Begin:
POP End:
240.00
EA
__________________
__________________
1003AB
Model
Contract Period: Option 1
POP Begin:
POP End:
240.00
EA
__________________
__________________
1003AC
Custom Tray
Contract Period: Option 1
POP Begin:
POP End:
240.00
EA
__________________
__________________
1003AD
Flexible (Valplast Type) Partial plus Teeth
Contract Period: Option 1
POP Begin:
POP End:
100.00
EA
__________________
__________________
1003AE
Surgical Stent
Contract Period: Option 1
POP Begin:
POP End:
60.00
EA
__________________
__________________
1003AF
Bleaching Trays
Contract Period: Option 1
POP Begin:
POP End:
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:
POP End:
20.00
EA
__________________
__________________
1003AH
Repair Denture
Contract Period: Option 1
POP Begin:
POP End:
60.00
EA
__________________
__________________
1003AJ
Repair Partial Denture
Contract Period: Option 1
POP Begin:
POP End:
60.00
EA
__________________
__________________
1003AK
Reline
Contract Period: Option 1
POP Begin:
POP End:
80.00
EA
__________________
__________________
1003AL
Rebase
Contract Period: Option 1
POP Begin:
POP End:
80.00
EA
__________________
__________________
1003AM
EMA sleep apnea device
Contract Period: Option 1
POP Begin:
POP End:
40.00
EA
__________________
__________________
2001AA
Model
Contract Period: Option 2
POP Begin:
POP End:
300.00
EA
__________________
__________________
2001AB
Custom Tray
Contract Period: Option 2
POP Begin:
POP End:
300.00
EA
__________________
__________________
2001AC
Bite Block
Contract Period: Option 2
POP Begin:
POP End:
300.00
EA
__________________
__________________
2001AD
Set up
Contract Period: Option 2
POP Begin:
POP End:
300.00
EA
__________________
__________________
2001AE
Process and Finish
Contract Period: Option 2
POP Begin:
POP End:
300.00
EA
__________________
__________________
2002AA
Framework W/Lingual Bar 2 Clasps and 2 Saddles
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2002AB
Model
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2002AC
Custom Tray
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2002AD
Bite Block
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2002AE
Set Up plus teeth
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2002AF
Process and Finish
Contract Period: Option 2
POP Begin:
POP End:
55.00
EA
__________________
__________________
2003AA
Acrylic Partial Dentures w/2 Wrought Wire Clasps
Contract Period: Option 2
POP Begin:
POP End:
240.00
EA
__________________
__________________
2003AB
Model
Contract Period: Option 2
POP Begin:
POP End:
240.00
EA
__________________
__________________
2003AC
Custom Tray
Contract Period: Option 2
POP Begin:
POP End:
240.00
EA
__________________
__________________
2003AD
Flexible (Valplast Type) Partial plus Teeth
Contract Period: Option 2
POP Begin:
POP End:
100.00
EA
__________________
__________________
2003AE
Surgical Stent
Contract Period: Option 2
POP Begin:
POP End:
60.00
EA
__________________
__________________
2003AF
Bleaching Trays
Contract Period: Option 2
POP Begin:
POP End:
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:
POP End:
20.00
EA
__________________
__________________
2003AH
Repair Denture
Contract Period: Option 2
POP Begin:
POP End:
60.00
EA
__________________
__________________
2003AJ
Repair Partial Denture
Contract Period: Option 2
POP Begin:
POP End:
60.00
EA
__________________
__________________
2003AK
Reline
Contract Period: Option 2
POP Begin:
POP End:
80.00
EA
__________________
__________________
2003AL
Rebase
Contract Period: Option 2
POP Begin:
POP End:
80.00
EA
__________________
__________________
2003AM
EMA sleep apnea device
Contract Period: Option 2
POP Begin:
POP End:
40.00
EA
__________________
__________________
GRAND TOTAL
__________________
B.4 DELIVERY SCHEDULE
ITEM NUMBER
QUANTITY
DELIVERY DATE
ALL
Memphis VAMC
Various dates during base year of
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 (
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 (
(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 (
(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
(End of Clause)
C.4 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (
(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)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the
(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
(1) Awards made to foreign vendors for work performed outside
(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
(5) Solicitations or contracts in which the
(End of Clause)
C.5 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (
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
(End of Clause)
C.6 VAAR 852.246-71 INSPECTION (
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 (
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 (
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
(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,
C.9 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (
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
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:
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
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
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 (
(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



Sempra Energy Announces 2016 Earnings
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 firmsâ 2026 market forecasts every financial advisor should know
More Advisor NewsAnnuity News
- Judge denies new trial for Jeffrey Cutter on Advisors Act violation
- Great-West Life & Annuity Insurance Company Trademark Application for âEMPOWER BENEFIT CONSULTING SERVICESâ Filed: Great-West Life & Annuity Insurance Company
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark âDYNAMIC RETIREMENT MANAGERâ 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 NewsHealth/Employee Benefits News
- âEgregiousâ: Idaho insurer says planned hospitalâs 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 NewsLife Insurance News