Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOURCES SOUGHT

Q -- Dental Hygiene services - Haskell

Notice Date
4/29/2009
 
Notice Type
Sources Sought
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-09-Q-0023
 
Archive Date
5/30/2009
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
 
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. This solicitation is issued as Request for Quotes (RFQ) #246-09-Q-0023. This procurement is a 100% small business set-aside under NAICS code 621399 with a standard business size of $7 million. Contractor shall provide a firm-fixed hourly rate Dental Hygiene Services at the Haskell Health Center, June 1, 2009 to May 31, 2010. Estimated start date is June 1, 2009. The closing date for receipt of quotes is May 15, 2009. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on May 15, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Offers will also be accepted by fax at (405) 951-3771. Please do not email RFQ’s. Qualified vendors will review the following and submit applicable information. Statement of Work Dental Hygiene Services at the Haskell Health Center The purpose of this request is to provide eligible Indian patients of the Haskell Indian Health Center dental hygiene services via eight and one-half hour clinics conducted at the facility as requested by the Chief, Dental Services. The Contractor shall provide lower level preventive dental hygiene services, which will expand present services that are not available to all adults demanding services. The Contractor shall advise on or administer and perform dental hygiene services at chair side, including primarily educational and therapeutic preventive periodontal services, and secondarily routine dental prophylaxis. The Contractor shall provide consultation to the Haskell Indian Health Center dental staff in the prevention and treatment of periodontal disease through personal contact. Services are provided in a clinical environment under Quality Assurance of the Chief, Dental Services, Haskell Health Center, or his designee, and as based on the guidelines in the IHS Oral Health Program Guide. The Government shall furnish the necessary facilities, equipment, instruments, and materials for the Contractor to perform radiographs, examination, prophylaxis, and root planning, and preventive oral health education at the Haskell Health Center. DENTAL HYGIENE SERVICES The Contractor will provide the personnel to provide 153 eight and one-half hour clinics. The Contractor will be under the oversight of the Chief, Dental Services. The Contractor will abide by all policies and procedures of the Indian Health Service and the Haskell Health Center Dental Program. The Contractor will provide patient education and instruction to patients, parents, and guardians, information of dental disease process and the principles of oral health disease prevention, and instruction on proper methods of oral health care appropriate to the patient’s needs. The Contractor will be subject to the DHHS established standards of conduct. The Contractor shall provide periodontal services, appropriate to the Needs of the patient, including: Root Planning, Curettage, Periodontal charting and other diagnostic procedures including radiographs, and Coronal polishing The Contractor is expected to arrive at the clinic no later than 7:45 am on clinic days, so as to allow adequate preparation time for the first patient to be seated no later than 8:00 am. The Contractor is expected to maximize time management and infection control procedures so that no less then eight patients are seen no later than 8:00 am. The Contractor will be responsible for the maintenance, i.e., sharpening, or any hand instruments that are utilized for treatment. The Contractor will assist the receptionist, when necessary, with the hygiene recall system, and the contacting of short-notice patients for treatment. The Contractor shall not engage in personal business during clinic hours. The Contractor shall meet the following minimum professional qualifications and requirements: a. Completion of a course study in dental hygiene accredited by the American Dental Association (ADA) as evidenced by a degree or certification. b. Current, valid unrestricted license to practice dental hygiene in a state of the United States of America. The schedule will consist of 52 outpatient dental clinics, eleven days per month. Each clinic shall consist of no less than eight and one-half hour shifts, beginning at 7:45 am, and ending at 5:00 pm, with a lunch period from 12:00 noon to 12:45 pm. The dates of the clinic shall be scheduled by the Chief of the Service Unit Dental Program, but will not exceed an overall total of 60 clinics. NON-PERSONAL HEALTH CARE SERVICE CONTRACT: This contract is a non-personal health care service contract as defined in 37.101 under which the contractor is an independent contractor. This professional service of the contractor will be evaluated by the Government via routine IHS staff members review of physicians charts on a quarterly basis or thereafter as appropriate, however, the Government retains no control over the medical professional aspects of service rendered. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Nov 2007), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed “Temporary Waiver of Character Investigation” and “Declaration for Federal Employment” form (2) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications. Both factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2008), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Jan 2009) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is May 15, 2009. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the Central Contracting Registration (CCR) database (reference www.ccr.gov) B) Propose and provide an all inclusive hourly rate for services. The estimated quantity is 1000 hours for a one-year period. The estimated start date of award is June 1, 2009. C) Provide a Temporary Waiver of Character Investigation. D) Certifications in ORCA at https://orca@bpn.gov. E) Current, valid unrestricted license to practice dental hygiene F) Proof of completion of a course study in dental hygiene accredited by the American Dental Association (ADA)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bead8b2c27cf00ee7f52e84e7f76a208&tab=core&_cview=1)
 
Place of Performance
Address: 2415 Massachusetts Street, Lawrence, Kansas, 66046-4804, United States
Zip Code: 66046-4804
 
Record
SN01804983-W 20090501/090429222438-bead8b2c27cf00ee7f52e84e7f76a208 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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