Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2014 FBO #4710
MODIFICATION

Q -- Army Dental Command (DENCOM) Dental Services

Notice Date
10/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
 
ZIP Code
78234-5074
 
Solicitation Number
W81K04-14-R-DENT
 
Response Due
11/15/2014
 
Archive Date
12/15/2014
 
Point of Contact
David D. Robledo, 2102215490
 
E-Mail Address
Center for Health Care Contracting
(david.d.robledo.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI Amendment 01 - Army Dental Command (DENCOM) Dental Services This Amendment is being posted to make you aware of changes that have occurred since the initial posting of this RFI for Dental Services. In our initial RFI dated 24 JAN 14, it was stated that three contracts would be awarded for each of the three regions (1) Northern Regional Dental Command (RDC); (2) Southern RDC; and (3) Western RDC and Pacific RDC. DENCOM is currently in a reorganization of its command and they will no longer be divided into the three regions. The DENCOM Dental Services contract will now be comprised of two regions which are: Region 1-Central/Pacific Regional Dental Command and Region 2-Eastern Regional Dental Command. As a result, the scope of work for each of these two new regions has increased and we must determine if there are still small businesses interested and capable of competing for these two new regions, considering the larger scope of work for each of these regions. THIS IS A REQUEST FOR INFORMATION ONLY. This is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that CHCC will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. As a recap, the Government's requirement is to obtain a personal services contract to provide dental services to eligible beneficiaries of the military health care system in support of the Army Dental Command (DENCOM) for performance within the Continental United States (CONUS) to include Alaska and Hawaii. These services are to be performed by doctors in the disciplines of General Dentistry, Endodontists, and Oral and Maxillofacial Surgeons. Ancillary support includes Dental Hygienists, Dental Assistants, Dental Therapy Assistants, Oral and Maxillofacial Surgery Dental Assistants, Dental Laboratory Technicians, Porcelain Ceramists Laboratory Technicians, and Dental Ceramo-Metal Laboratory Technicians. Health Care Providers (HCPs) will work under the control and general supervision of the DENTAC Commander and/or Officer-in-Charge of the Dental Clinic, or his or her representative. This requirement is an Indefinite Delivery/Indefinite Quantity task order type contract with composite burdened labor rate pricing on a Fixed Priced basis. This will result in the award of two (2) separate regional contracts consisting of performance in the following regions: Region 1-Central/Pacific Regional Dental Command (two RDC's combined) and Region 2-Eastern Regional Dental Command (see Exhibit C, DENCOM Clinic Locations). When a solicitation is issued, offerors will have the opportunity to propose on one or both regions. Composite rates will be requested separately for each RDC. This personal services requirement is intended to create an employer-employee relationship between the Government and the individual contract Health Care Providers (HCPs) only to the extent necessary for providing the dental services required under this contract. The performance of dental services by the individual contract HCPs are subject to the same day-to-day supervision and control by health care facility personnel comparable to that exercised over military and civil service HCPs engaged in the delivery of comparable dental services. The contract HCPs shall work under the direction and general supervision of the Dental Activity (DENTAC) Commander or his Officer-in-Charge (OIC) of the Dental Clinic. All persons performing work under the contract shall be and shall remain employees of the contractor and are not employees of the Government. A quote mark draft quote mark Performance Work Statement (PWS) is attached to this announcement. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance of a base period (9-months) and 4 one-year options. The North American Industrial Classification System (NAICS) code is 621210 and the small business size standard is $7.5M. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the Army DENCOM requirements. We recommend that you first review the quote mark draft quote mark PWS so that you may have a better insight on the questions below. 1. Would your company be interested in pursuing a Government contract for one or both of the following regions: Region 1-Central/Pacific Regional Dental Command and Region 2-Eastern Regional Dental Command. (see Attachment 2 Estimated FTEs and DENCOM Locations within each region.) 2. Can a single composite rate be developed for each labor category to cover pricing for the geographically dispersed locations within each of the 2 regional contracts (see Attachment 1 - PWS, Attachment 2 - Estimated FTEs and DENCOM Locations)? Note: For the combined Central and Pacific RDCs, composite rates will be requested separately for each RDC. 3. If you are considered a large business, is there a possibility you may contemplate teaming with a small business for this requirement? 4. If you are a small business, please explain how you will successfully qualify to compete on this acquisition (Teaming arrangement, Joint venture, etc.). Also specify your small business status (small business, 8(a), woman owned, SDVOSB, etc). 5. Does your company currently possess adequate staffing or have the capability to support one or all of the regions that you are interested in with the required labor categories? If so, please describe your staffing capabilities. 6. Discuss any concerns, comments or recommendations you may have with the attached quote mark draft quote mark PWS or any related Attachments/Exhibits. Please reference the applicable PWS paragraph numbers with each comment. Responses should contain your Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 621210 (size standard $7,500,000). Please submit all responses through e-mail to both points of contact identified in the section below. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of five (2) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted by e-mail to the POCs listed below no later than 4:00 PM CDST, Monday, 20 Oct 2014. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Center for Health Care Contracting POCs Contracting Officer: Dora Hernandez, 210-295-4570 dora.a.hernandez@us.army.mil Contract Specialist: David Robledo, 210-221-5490 david.robledo2@us.army.mil Contracting Office Address: U.S. Army Medical Command/Health Care Acquisition Activity Center for Health Care Contracting 2199 Storage Street, Suite 68 JBSA Fort Sam Houston, TX 78234-5074 Attachments (Separately Posted) 1. quote mark Draft quote mark PWS 2. Estimated FTEs and DENCOM Locations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-14-R-DENT/listing.html)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
Zip Code: 78234-5074
 
Record
SN03550731-W 20141017/141015234422-e8695f07224e09749713af698ee69a8f (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.