SOLICITATION NOTICE
65 -- Dental supplies
- Notice Date
- 7/6/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00259 34800 Bob Wison Drive Suite 1800 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025907T0254
- Response Due
- 7/13/2007
- Archive Date
- 8/12/2007
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation, number is N00259-07-T-0254. It is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-17. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.arnet.gov and www.acq.osd.mil. This is an unrestricted action. The NAICS code is 339116. The contractor shall provide CLIN: 0001: RPD REMOVABLE PARTIAL DENTURE , Qty: 0025, U/I: Each, U/P:_________; CLIN: 0002: FCG FULL GOLD CROWN, Qty: 0007, U/I: Each, U/P:_________; CLIN: 0003: PFM PORCELAIN FUS ED TO METAL CROWN, Qty: 0084, U/I: Each; U/P:_______; CLIN: 0004: LAV ALL CERAMIC CROWN Qty: 0013, U/I: Each; U/P:_________; CLIN: 0005: IMPLANT, Qty: 0005, U/I: Each; U/P__________. STATEMENT OF WORK 1.GENERAL. 1.1 The Contractor shall provide a full range of dental laboratory services as specified in the Schedule of Services, (including fabrication of porcelain fused to metal crowns, all?ceramic crowns, and partial denture frameworks) in accordance with prescription specifications. 1.2 Services shall be provided in support of the Region Dental Laboratory at Branch Health Clinic Bangor, Naval Base Kitsap Bangor, 2050 Barb Street, Suite B, Silverdale, WA 98315-2099 1.3 Services shall include transport of prescriptions, impressions, and completed products to and from the Area Dental Laboratory. 1.4 The contractor shall provide all transportation, labor, supplies, supervision and materials necessary to meet the requirements of this contract. 2. PICKUP/DELIVERY: 2.1 The contractor shall provide transport services Monday through Friday except for the day of observance of Federal holidays. 2.2 The Contractor shall provide same day transport of all orders prepared by Region Dental Laboratory not later than 1200 noon. 2.3 The Contractor shall provide next day transport of all orders prepared by the Region Dental Laboratory after 1200 noon. 2.4 The Contractor shall deliver the finished prostheses no later than 14 calendar days from the date the order is transported from the Region Dental Laboratory. 2.5 The process for notifying the contractor of orders ready to be filled will be coordinated with the contractor after contract award based on the transport procedure proposed by the offeror. Communication methods will include telephone, facsimile, or email as necessary. Designated Government personnel authorized to initiate orders will be identified. 2.6 Transport services will not be separately priced. 3. PRODUCTS/SERVICES: The Contractor shall provide: 3.1 Porcelain fused to high noble metal crown/bridge with options: metal occlusal surface, crown under partial (survey crown), porcelain labial butt margin, and implant supported crowns and abutments. Metal cutback design for porcelain fused to metal crowns will be provided by prescribing doctor. Contractor will be provided and shall follow the metal cutback design sheet supplied by Region Dental Laboratory. 3.2 Processed, flexible partial denture frameworks (Valplast, Flextite or equivalent material) and cast metal frameworks with denture teeth. 3.3 Lab fabricated/processed provisional restorations utilizing acrylic or composite type materials. 3.4 All ceramic restorations with options; Empress-crown/ veneer/inlay/onlay, Procera-crown/veneer/inlay/onlay, LAVA?crown/veneer/inlay/onlay. 3.5 In providing services, the laboratory shall apply its expertise and experience to identify potential dental prosthetic problems before producing the prosthesis. If the laboratory recognizes potential problems in the requested prosthetic design that will lead to fit or aesthetic deficiencies in the prosthesis that can only be overcome by a significant deviation from the original prescription, the contractor shall consult with the Region Dental Laboratory prior to proceeding. Further, prostheses that cannot be fabricated without compromising the integrity of the restoration or that place the tooth or remaining teeth in jeopardy of further destruction shall be immediately returned. The Region Dental Laboratory will make every effort to properly screen cases prior to sending to the Contractor. 4. RESERVED 5. PACKAGING: Each individual framework/product shall be delivered in a sealed, see-through plastic envelope with the service ticket attached to the envelope. The service ticket at a minimum shall have the description of prescriptions, description of service/product, patient's name, and patient's case number. Specific acrylics, alloys and/or porcelains used in prostheses fabrication shall be documented. Packaging shall be of protective quality to ensure that the product is undamaged during handling. 6. QUALITYIWORKMANSHIP: 6.1 The Region Dental Laboratory Officer or designated dentist or dental technician will inspect each fabrication delivered by the contractor and make a determination of the quality of the fabrication. Each prosthesis will be inspected for fit, finish, esthetics, patient comfort and satisfaction. Specific evaluation criteria are as follows: 6.1.1 Fixed Prosthetics Checklist: 1. Restoration matches prescription regarding design and fabrication with respect to current dental lab technology. 2. Shade matches prescription. Characterizations provided when requested. 3. Restoration fits master die without rocking or abrading die. Internal adjustments have not obliterated any grooves or boxes utilized to improve retention. 4. Marginal adaptation is accurate and closed under 6X magnification. Clinically acceptable margins when restoration is on tooth. Margins are not over polished. 5. Marginal ridges harmonize with marginal ridges of adjacent teeth. 6. Proximal contacts are correct and allow shimstock to pull on solid cast and dental floss to lightly snap when evaluating intraorally. 7. Occlusion meets doctor's prescription. There are no occlusal prematurities in maximum intercuspation or lateral and protrusive excursions. There shall be no centric stops on inclined cusp planes. 8. Tooth anatomy is correct and lifelike, with secondary anatomical features. 9. Restoration harmonizes w/teeth in regard to facial and lingual contours. Crown is not overbulked in ginival third. Cusp heights and occlusal plane harmonize with adjacent teeth. 10. Restoration polished to high shine and internally microabraded with 50 micron aluminous oxide. Internal shall also be cleaned of any polishing compounds or other materials. 11. Internal metal on porcelain fused to metal crowns shall be free of porcelain opaque, glaze or other debris. 12. All-ceramic crowns and veneers shall be internally etched with HF acid with respect to manufactures specifications. 6.1.2 Removable Prosthetics Checklist: 1 Restoration matches prescription and any surveyed and designed casts that accompany the case. Dentist?s RPD design is followed with no major deviations. 2. 3. Occlusion is correct and follows prescription with respect to occlusal scheme desired (ie. lingualized, bilateral balanced, etc). Correct tooth mold utilized. Denture teeth are not overground and occlusal anatomy is preserved. . 4. Esthetics are correct. Teeth provided match prescription in mold shape and in shade. Gingival acrylic shades match prescription with respect to shade and desired pigmentation. There is no acrylic resin flash processed onto teeth. 5. Restoration harmonizes w/remaining teeth. Buccal and lingual contours are in line with adjacent teeth. Compensating curve is uniform. Teeth are not set grossly outside the normal arch form. Gingival contours are correct anatomically. 6. Restoration polished to a high shine without damage to teeth and cleaned. 7. Shade matches prescription. Acrylic shade matches prescription. 8. Periphery is correct and properly extended to vestibular sulcus established in the master cast. Posterior palatal border not overextended. 6.2 Products that are deemed unacceptable in accordance with the above criteria will be returned for subsequent adjustments/reworks. Completed adjustments/reworks shall be delivered to the Region Dental Laboratory no later than 7 calendar days after the adjustment/rework order is placed. Such adjustments/reworks shall be at no additional cost to the Government as long as no substantive modifications or alterations of the original prostheses has taken place by dentist. 7. PATIENT CONFIDENTIALITY: The Contractor shall comply with HIPAA (Health Insurance Portability and Accountability Act) privacy and security requirements in accordance with Attachment I. 8. SMOKING POLICY: Smoking on the Government facility is permitted only in designated areas. 9. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Contractors will be required to obtain contractor's base pass from Pass and Decal. 10. The Secretary of the Navy has determined that the illegal possession or use of drugs and paraphernalia in a military setting contributes directly to military drug abuse and undermines Command efforts to eliminate drug abuse among military personnel. The policy of the Department of the Navy (including the Marine Corps) is to deter and detect drug offenses on military installations. Measures to be taken to identify drug offenses on military installations, and to prevent introduction of illegal drugs and paraphernalia, include routine random inspection of vehicles while entering or leaving, with drug detection dogs when available, and random inspection of personal possessions on entry or exit. If there is probable cause to believe that a health care worker has been engaged in use, possession, or trafficking of drugs, the health care worker may be detained for a limited period of time until he/she can be removed from the installation or turned over to local law enforcement p ersonnel having jurisdiction. When illegal'drugs are discovered in the course of an inspection or search of a vehicle operated by a health care worker, the health care worker and vehicle may be detained for a reasonable period of time necessary to surrender the individual and vehicle to appropriate civil law enforcement personnel. Action may be taken to suspend, revoke, or deny clinical privileges as well as installation driving privileges. Implicit with the acceptance of this contract is the agreement by the health care worker to comply with all Federal and State laws as well as regulations issued by the Commander of the military installation concerning illegal drugs and paraphernalia. 11. QUALIFICATIONS. 11.1 The Contractor shall be a full service laboratory that could integrate the combined treatment needs of the prosthetic patient requiring simultaneous fixed, removable and implant supported prostheses. 11.2 The contractor shall be certified by the National Association of Dental Laboratories (NADL). This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006), 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006), 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (SEP 2005), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)(Pub. L. 108-77, 108-78); (b) 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items (OCT 2006), with DFARS Clauses incorporated in reference (b) (4) 252.225-7001 Buy American and Balance of Payment program (JUN 2005 (41 U.S.C. 10a-10d, E.O. 10582 and (17) 252.232-7003 Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227), 52.213-3 Notice to Suppliers (APR 1984). Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. Delivery of supplies will be on as needed basis and must not exceed the quantity of each line item. The Statement of work elaborates the terms of the requirement. The government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (SEP 2006), The provision can also be submitted at www.bpn.orca.gov. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. The offer due date is close business on 07/13/2007.
- Record
- SN01336152-W 20070708/070706221127 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |