Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2002 FBO #0038
PRESOLICITATION NOTICE

Q -- Combined Synopsis/Solicitation for Dental Services

Notice Date
1/7/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
 
ZIP Code
80401
 
Solicitation Number
RFQ-RMAST-02-008
 
Response Due
1/24/2002
 
Archive Date
1/25/2002
 
Point of Contact
Tamara Lanier, Contract Specialist, Phone 303-275-5118, Fax 303-275-5453,
 
E-Mail Address
tamaralanier@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ-RMAST-02-008. The solicitation is issued as a request for quote (RFQ) for Dental Services at the Cass Job Corps Center located in Ozark, Arkansas. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This synopsis/solicitation is a total small business set aside. The associated NAICS code is 621210. The small business size standard is $5 million. The solicitation is for one base period and two option periods. SCHEDULE OF ITEMS: To be considered responsive contractors must provide a price for the base period and Option Periods I and II. Contractor to provide a summary sheet detailing how the unit price was arrived at. BASE PERIOD - February 1, 2002 through June 30, 2002 Item Number-0001, Description of Supplies/Services-Dental Services, Quantity-5, Unit-Month, Unit Price-$_________, Total Price $________. OPTION PERIOD I - July 1, 2002 through June 30, 2003 Item Number-0002, Description of Supplies/Services-Dental Services, Quantity-12, Unit-Month, Unit Price-$_________, Total Price $________. OPTION PERIOD II - July 1, 2003 through June 30, 2004 Item Number-0003, Description of Supplies/Services-Dental Services, Quantity-12, Unit-Month, Unit Price-$_________, Total Price $________. Total Price for Base Period and Option Periods I and II $_________. ______________________________________________________________________________ DESCRIPTION OF REQUIREMENTS: SCOPE Contractor shall furnish all labor, inclusive of a dental assitant, and supervision to perform professional dental services in accordance with the specifications, clauses and provisions of this solicitation and any resultant contract. LOCATION Services will be furnished to the students of the Cass Job Corps Center, 18 miles north of Ozark, Arkansas on Highway 23 North, Franklin County, Arkansas. GOVERNMENT-FURNISHED PROPERTY The Government will furnish: (1) Fully-equipped dental facility with two chairs and all necessary equipment. Equipment is limited to that now housed in the facility. (2) All necessary supplies, medications and emergency transportation vehicle when needed to provide dental services. (3) Job Corps Policy and Requirements Handbook (PRH) and Technical Assistance Guide 6-A. (4) List of required drugs stocked in the dispensary. (5) Janitorial care, which includes floor care, cleaning chairs and walls, and cleaning/emptying of refuse containers. (6) Utilities including electricity, water, telephone and garbage. (7) Towels, tray dollies and laundering of these items. (8) Maintenance of facilities and equipment. TECHNICAL SPECIFICATIONS The contractor shall be a D.D. or D.D.S. with a diploma from an accredited dental school or possession of a foreign graduate licensing certificate. The contractor shall also be licensed to practice dentistry in the state of Arkansas. A copy of the diploma or licensing certificate, State License and Hepatitis B vaccination shall be submitted with the contractor's quote. The contractor shall visit the Job Corps Center for eight (8) hours each week and provide dental services in accordance with the priority system listed in the Job Corps Policy and Requirements Handbook (PRH), Chapter 6, Section R2 and Technical Assistance Guide 6-A. The contractor is required to provide a dental assistant to work with him/her at all times while performing services at Cass Job Corps Center. Provided services include the following: (1) Preventative dental health education which will promote good oral hygiene techniques e.g., tooth brushing, flossing and rinsing instructions in the office and in the Health Education classes. (2) 24-hour emergency coverage. (3) An American Dental Association Class II clinical examination using adequate lighting, a mouth mirror and explorer, and bite wing X-rays, between the 45th and 75th day after the student's arrival on center. (4) Priority classification based on the urgency of need for dental care using the Job Corps Priority Classification System. (5) A diagnosis and treatment plan for each student withing 2 weeks after completion of routine dental examination, including a listing of the teeth involved and specific services to be rendered. On the basis of the diagnosis and within program constraints, establishment of priorities for the provision of comprehensive dental care. (6) Routine restorative dental care (in accordance with the Job Corps Priority Classification System). (7) Assistance to the Center Director in securing appropriate referrals to ensure the receipt of special care as defined by Technical Assistance Guide 6-A. (8) Provide the Contracting Officer's Representative (COR) with the current licensure (not applicable to assitant) and Hepatitis B vaccination record of both the Contractor and the assistant. (9) Maintaining current and sufficient dental supplies for the dental clinic by forwarding properly filled out requisitions to the COR in a timely manner and maintaining an inventory of supplies kept in the dental office. (10) Monthly maintenance of dental equipment. (11) Maintain medical liability insurance in an amount which is not less than the amount normally prevailing within the local community for dental services. The contractor will also provide the following services which may aid in the development, implementation and monitoring of the total center health program to include, but not be limited to: (1) Advising the Center Director, Center Physician and health staff on all dental-related matters including staff requirements, the advisability of student medical terminations for dental reasons, the cost of special services and other areas deemed appropriate. (2) Assisting in coordinating and integrating the dental health program with other health components and center activities. (3) Developing and/or assuring compliance with infection control policy and procedures. (4) Assuring the maintenance, safeguarding, and confidentiality of all required dental records. (5) Advising and assisting health education instructors in the development and implementation of the dental education component of the Health Education Program. (6) Advising the Center Director on the center dental budget with regard to specific center needs, including replacement of obsolete equipment and utilization of necessary dental supplies and medications. (7) Issuing and maintaining signed and dated standing orders for dental care in accordance with Technical Guide Q. Dental services will not be required during the summer and winter breaks, each break is approximately two weeks long. An emergency telephone number will be provided to the center. The Contractor shall provide dental services at the Center every Friday of each week and additional days as needed and agreed upon by the Contractor and the COR unless the Contractor contacts the COR 24 hours in advance for cancellation of services. Providing services on days other than Friday may be scheduled as mutually agreed upon by the COR and the Contractor. Work may be performed between 7:30 A.M. and 3:30 P.M., Monday through Friday. The billing cycle will be monthly for the previous month worked. Invoices shall be submitted to the COR. The contractor shall contact the COR when it is necessary to cancel services at the center. The contractor shall give 24-hours notice when possible to the COR if unable to work as scheduled. Rescheduling will be mutually agreed upon. The Contractor shall provide a fully-qualified dentist during his/her absence. The Contractor shall designate, in writing, the person or persons who will represent and act for him/her in their absence from the job. In the designation, the Contractor shall specify any areas of the responsibility assigned to his/her representative. Overall responsibility for the dental services program remains with the contractor. The contractor shall maintain a patient log that reflects the patient's name, services rendered, date, time seen and follow-up treatment plan in brief. The contractor shall provide an itemized listing of supplies necessary to perform under the contract for the approval of the COR. The contractor will be reimbursed for authorized supplies on a monthly basis upon submission of a proper invoice. The center does not maintain a supply of Class II and III pharmaceuticals on site. The Contractor shall fill prescriptions for the medication and they shall be obtained at a local pharmacy by the Health Staff. Prosthetic devices require the advance approval of the COR. If approved, the Contractor will be reimbursed for the cost incurred upon submission of a proper invoice. Department of Labor training for dental contractors may be required. Attendance will be approved by the COR. The Contractor will be reimbursed for said training in accordance with Federal Travel Regulations in addition to the normal dental rate for hours of training. The contractor will adhere to the policies, procedures, and guidelines established by the Job Corps. The contractor will have primary responsibility to implement the program outlined above and may be assisted by the Job Corps National Health Staff and/or health consultants. The contractor, with the concurrence of the Center Director, may delegate any of his/her responsibilities set forth in this contract to appropriate qualified auxiliary staff within the constraints defined in the State Dental Practice Act. This requirement is a nonpersonal health care services requirement. The center dentist is an independent contractor and not an employee of the U.S. Forest Service or the Department of Labor, Job Corps. The contractor shall indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The contractor will indemnify and save the Cass Job Corps Center harmless from any expenses, including attorney's fees and also claims on account of damage to property or bodily injury (including death) which may be sustained by himself/herself or his/her employees in connection with work performed. ______________________________________________________________________________ The full text of the below clauses or provisions may be accessed electronically at www.arnet.gov/far/ The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items, is applicable. The specific evaluation criteria to be included in paragraph (a) of the provision is as follows: award will be made to the technically responsive offeror based upon the price and past performance which provides the best value to the government. Contractors shall provide three references including point of contact name, company/organization name, location, phone number, e-mail, dates worked and description of services provided. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and AGAR 452.222-70 Compliance with Veterans Employment Reporting Requirements with their offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses cited in this clause are applicable to the acquisition: paragraph (b) __X___ (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X___ (12) 52.222-26, Equal Opportunity (E.O. 11246). __X___ (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. (38 U.S.C. 4212). __X___ (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). __X___ (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). __X___ (16) 52.222-19, Child Labor -- Cooperation with Authorities and Remedies (E.O. 13126). __X____ (25) 52.232-34, Payment by Electronic Funds Transfer-- Other than Central Contractor Registration (31 U.S.C. 3332). The additional FAR clauses cited in this clause are applicable to the acquisition: paragraph (c) __X_____ (1) 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.). __X_____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __X____ (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreement (CBA) (41 U.S.C. 351, et seq.). The below additional contract requirement(s) or terms and conditions apply: FAR 52.217-2 Cancellation Under Multiyear Contracts (OCT 1997). FAR 52.217-5 Evaluation of Options (JUL 1990). FAR 52.217-8 Option to Extend Services (NOV 1999) Fill in information - within 60 days of the end of the performance period. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Fill in information - (a) within 60 days, (c) not exceed 3 years. FAR 52.219-6 Notice of Total Small Business Set-Aside (JULY 1996). FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Fill in information for both blanks - beyond June 30, 2002. FAR 52.237 Indemnification and Medical Liability Insurance (JAN 1997) Fill in information - (a) Contractor shall have standard coverage prevailing within the local community for dentistry. FAR 52.252-6 Authorized Deviations In Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Agriculture Acquisition Regulation (48 CFR Chapter 4) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The Defense Priorities and Allocations System (DPAS) and assigned rating, are not applicable. Numbered Note 1 is applicable. The solicitation/contract is subject to Department of Labor Wage Determination Number 1994-2038, Revision 15, dated 5/8/2001. Quotes are due by 4:00 pm January 24, 2002 to Tami Lanier, P.O. Box 25127, Lakewood, CO 80225-0127. Physical mailing address is 740 Simms Street, Golden, CO 80401-4720. Fax number is 303-275-5453. E-mail is tamaralanier@fs.fed.us. Quotes may be submitted via mail, fax or e-mail. Contractor is responsible for confirming receipt of proposals. Contact Tami Lanier, Contract Specialist, at 303-275-5118 for information.
 
Place of Performance
Address: Cass Job Corps Center, 21424 N. Highway 23, Ozark, Arkansas
Zip Code: 72949
Country: USA
 
Record
SN20020109/00012078-020108092223 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.