Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
DOCUMENT

Q -- NTX Dental lab outsource - Attachment

Notice Date
7/26/2018
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
 
ZIP Code
79106
 
Solicitation Number
36C25718Q0473
 
Response Due
5/16/2018
 
Archive Date
7/15/2018
 
Point of Contact
Lula Hill
 
Small Business Set-Aside
N/A
 
Description
The North Texas VA Health Care System (NTXVAHCS) is seeking Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) or Small Business (SB) sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 13. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 339116. Any SDVOSB, VOSB or Small Business firms who wish to identify their interests and capability to provide this service must provide information by notifying the Contract Specialist no later than NOON PM Central Time August 02, 2018. Notification shall be e-mailed to Lula Hill, at lula.hill3@va.gov. DISCLAIMER This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice. SCOPE Title of Project: Dental Laboratory Support for North Texas Dental Laboratory. Background: The Department of Veterans Affair, North Texas Dental Laboratory (NTDL) Workload for the NTDL exceeds the capacity of existing staff, requiring an outsourcing contract to manage excess workload. Scope of Work: The contractor shall furnish all necessary personnel, materials, equipment, services and facilities to fabricate the following: Flexible Partial Dentures Fully fabricated Flexible Partial Dentures Setup for Try-in Flexible Partial Dentures Process and Finish Complete Denture Fully fabricated (Premium Teeth, IPN or equivalent) Complete Denture Setup for Try-in (Premium Teeth, IPN or equivalent) Complete Denture Process and Finish Transitional Removable Partial Denture (RPD) w/ Wrought Wire Clasps Partial Denture Setup for Try-in Partial Denture Process and Finish Fabrication of custom trays, Record Bases and Occlusal wax rims Fabrication of Hard Acrylic Night Guards Fabrication of dual Laminate bite guards Fabricate Diagnostic Wax-ups Fabricate Provisional Crowns and Fixed Partial Dentures Performance Period: October 1, 2018 through September 30, 2019. List of duties to be performed by the contractor: Flexible Partial Dentures with the following characteristics: a. Natural Appearance Fabricated to match color that blends into the patients mouth and resemble Natural look b. Comfortable Custom fabricated to patient s mouth and durable lightweight material. c. Completely Metal-Free All Acrylic d. Minimum Preparation Designed to fit patient s mouth with minimum Dentist s preparation. e. Durable Material that is flexible, strong and durable. Resists breakage due to stress and pressure in the mouth Flexible Partial dentures to include the following steps: Setup Flask & process prostheses Break out and finish prostheses, ready for delivery Adjust and verify the occlusion, according to the bite record supplied Accurately adapt the gingival base to the master cast Polish properly Complete Denture Setups / with Premium teeth Mount casts with the included bite record Follow the prescription exactly No anterior tooth contact in centric All posterior teeth are contacting in the prescribed occlusion Gingival wax is trimmed and polished, with no excess wax on the denture teeth or casts. Record bases do not contact when the teeth are in occlusion Complete Denture Process and Finish Confirm wax- up and seal down Flask, boil out and process Finish, confirm occlusion and polish Transitional RPD/Wrought Wire Partials from start to finish Mount casts with the included bite record Follow the prescription exactly Duplicate the master cast and fabricate/process the RPD on it Guide planes in acrylic No anterior tooth contact in centric All posterior teeth are contacting in the prescribed occlusion Gingival wax is trimmed and polished, with no excess was on the denture teeth, on the casts, or under the framework (except saddle areas) Record bases do not contact when the teeth are in occlusion Finish the prosthesis to fit on the master cast Partial Denture Setups Mount casts with the included bite record Follow the prescription exactly No anterior tooth contact in centric All posterior teeth are contacting in the prescribed occlusion Gingival wax is trimmed and polished, with no excess wax on the denture Record bases do not contact when the teeth are in occlusion Partial Denture Process and Finish Flask, process and finish or Pour technique Finish, confirm occlusion and polish Custom Trays, Record Bases, Wax Rims Follow the prescription exactly Accurately adapt the base/tray to the designated cast Metal handle on the anterior of the custom tray Upper wax rim is 22mm long in the anterior Lower wax rim is 18mm long in the anterior Borders are smooth and polished Cast is neat, with excess wax removed Bite Guards Mount casts with the included bite record Duplicate the master cast and fabricate/process the prosthesis on the duplicate cast Follow the prescription exactly Anterior guidance Pinpoint anterior and posterior contacts Fit the final prosthesis on the master cast The prosthesis is smooth and polished Dual Laminate Bite Guards Mount casts with the included bite record Duplicate the master cast and fabricate/process the prosthesis o the duplicate cast Follow the prescription exactly Anterior guidance Pinpoint anterior and posterior contacts Fit the final prosthesis on the master cast The prosthesis is smooth and polished Diagnostic Wax-ups Anterior teeth waxed up to portray an Ideal arch form Posterior teeth waxed up to proper Occlusion and maximum intercuspation Provisional Crowns and Fixed Partial Dentures Fabricated to either pre-operative or prepped impression models Temporary Crowns fabricated with durable tooth shade acrylic resins QUALITY CONTROL INSPECTION PROCEDURE CHECKLIST The contractor shall be evaluated in accordance with the following QASP. For: Department of Veterans Affairs, NCO 17 Contract Number: Contract Description: Fabrication of Flexible Partial Dentures from start to finish Contractor s name: (hereafter referred to as the contractor). 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: What shall be monitored. How monitoring shall take place. Who shall conduct the monitoring. How monitoring efforts and results shall be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government s responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor s performance. Assigned CO: Department of Veterans Affairs Network Contracting Office (NCO)17 b. Contracting Officer s Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor s performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government s behalf. Assigned COR: James Houston 3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor s program manager for this contract. a. Program Manager - b. Title: 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Performance Requirements are listed below. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). ID Performance Objective Performance Threshold AQL Method of Surveillance Incentive/Disincentive 1 Timeliness -Contractor shall deliver finished products within the timeframe outlined in the PWS Completion of services within timeframe 98% COR will track pick-up and return of packages Incentive: favorable contractor performance evaluation Disincentive: Unfavorable contractor performance evaluation. A Contract Discrepancy Report (CDR) will be issued on the first instance of failure to provide the acceptable level of service Two or more issued CDRs may result in contract termination procedures. 2 Flawed Product - The Contractor must rework flawed products within the allowed timeframe outlined in the PWS Completion of services within timeframe 95% Dentist will document and report flawed products to COR. COR will monitor timeframe between return and delivery Incentive: favorable contractor performance evaluation Disincentive: Unfavorable contractor performance evaluation. A Contract Discrepancy Report (CDR) will be issued on the first instance of failure to provide the acceptable level of service Two or more issued CDRs may result in contract termination procedures. 3 Case Consultation The Contractor must provide Case Consultation within 24 hours of the request Case Consultation within 24 hours 95% COR will monitor customer service and document instances of poor service Incentive: favorable contractor performance evaluation Disincentive: Unfavorable contractor performance evaluation. A Contract Discrepancy Report (CDR) will be issued on the first instance of failure to provide the acceptable level of service Two or more issued CDRs may result in contract termination procedures. 5. INCENTIVES/DISINCENTIVES The Government shall use favorable contractor performance evaluations as incentives. Incentives/Disincentives shall be based on exceeding, meeting, or not meeting performance standards. 6. PROCEDURES/METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the administration of this QASP. a. Direct Observation. (Can be performed periodically or through 100% surveillance.) b. Receipt of properly completed documents 7. RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: Positive outcome: No more than 1incident of not meeting the performance standard during the period of performance. Neutral outcome: No more than 3 incidents of not meeting the performance standard during the period of performance Negative outcome: More than 3 incidents of not meeting the performance standard during the period of performance. 8. DOCUMENTING PERFORMANCE a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COR shall inform the Contracting Officer (CO). This shall normally be in writing unless circumstances necessitate verbal communication. In any case the COR and CO shall document the discussion and place it in their respective file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the CO. The CO will in turn review and submit to the contractor s program manager for corrective action. The contractor shall acknowledge receipt of the CDR in writing. The CDR shall specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR shall also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. 9. FREQUENCY OF MEASUREMENT a. Frequency of Measurement. During contract performance, the COR will periodically analyze whether the frequency of surveillance is appropriate for the work being performed. b. Frequency of Performance Assessment Meetings. The COR shall meet with the contractor quarterly to assess performance and shall provide a written assessment. 1. Read and compare: Work ticket, Doctor Preferences, prescription, case pan number, date requested. (All Must Correlate) The lab prescription is followed exactly Tooth set up results, as requested Finish and polish produce acceptable contours that are smooth to the touch on the external surfaces Internal prosthetic surfaces are not adjusted by the laboratory Rounded borders Occlusion (all posterior teeth touch a flat plane, using mounting jig to verify) Correct shade-denture tooth and gingival 2. Contract monitoring and record keeping procedures to be used. Regular quality assurance forms completed by dental providers Each case tracked via lab prescriptions 3. Include any other essential elements to ensure both parties have any equal understanding of the services to be provided by the Contractor. Work guarantee Free remakes On-time delivery guarantee Guaranteed turn-around times within a maximum time of 10 days or less CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The COR and the contractor will assure that: No other information except what is in this contract will be shared with the contractor in any follow-up communication. None of the information in the contract includes Protected Health Information (PHI) or Individually Identifiable Information (III). Only de-identified data as defined by the HIPPA Privacy Rule, to include first initial of last name and last four of SSN will be entered on the website. Contract performance does not require access to VA systems. RECORDS MANAGEMENT 1.     Citations to pertinent laws, codes and regulations such as 44 U.S.C   Chapter   21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.   Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.   Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government   IT equipment and/or Government records. 4.   Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.   Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6.   The Government Agency owns the rights to all data/records produced as part of this contract. 7.   The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract.   Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.   Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974.   These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.   No disposition of documents will be allowed without the prior written consent of the Contracting Officer.   The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation.   Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701.   Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.   Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract.   The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. SAMPLE TECHNICAL EVALUATION Prior to award of the contract, sample prostheses will be provided by all offerors based on a dental laboratory prescription and casts sent from NTDL via overnight delivery. The prescriptions will request: Valplast Partial Denture Set-up and fully fabricate Valplast Partial Denture as designed/requested on the Rx and casts submitted and returned to offeror for evaluation. Transitional Removable Partial Denture /Wrought Wires Clasps Set-up and fully fabricate Transitional Partial Denture as designed/requested on the Rx and casts submitted and returned to offeror for evaluation. Technical Evaluation will be based on the following: The lab prescription is followed exactly Accurate mounting of casts Tooth set up as requested Finish and polish produce acceptable contours that are smooth to the touch on the external surfaces Internal prosthetic surfaces are not adjusted by the laboratory Rounded borders Occlusion - all teeth touch a flat plane, verified with a mounting jig, if there is no opposing occlusion; or denture teeth touch opposing teeth, if present. Correct shade denture tooth and gingival Offerors will ship completed samples to the following address for technical evaluation: Central Dental Laboratory (160L) VA North Texas Health Care System 4500 South Lancaster Road Dallas, TX 75216 Attn: Jim Houston Offerors are responsible for cost of shipping samples. All offerors must adhere to the restrictions of the Buy American Act and provide confirmation that materials utilized in the fabrication
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718Q0473/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q0473 36C25718Q0473.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4508439&FileName=36C25718Q0473-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4508439&FileName=36C25718Q0473-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;North Texas VA Hospital;4500 S Lancaster Rd;Dallas, Texas
Zip Code: 75216
 
Record
SN05008505-W 20180728/180726231101-562fb20e6ebf774403d0fc90a3092e64 (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.