Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOURCES SOUGHT

65 -- 605-21-1-060-0002-Service-Dental Lab Services , No Backup (VA-20-00073023)

Notice Date
7/21/2020 7:25:57 PM
 
Notice Type
Sources Sought
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q1174
 
Response Due
7/27/2020 1:00:00 PM
 
Archive Date
09/25/2020
 
Point of Contact
James Simms, James Simms, Phone: 562-766-2256
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is NOT a solicitation. This is a Sources Sought synopsis for market research only. The purpose of this Sources Sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339116 (size standard of 500 employees). Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs VA, VISN 22 Network Contracting Office, is seeking sources that can provide Dental Services at the VA Loma Linda Healthcare System, 11201 Benton Street Loma Linda, California 92357. VA Loma Linda Dental Service Address: Ambulatory Care Center 26001 Redlands Blvd Room 2D405 Redlands, CA 92373 Request items listed below. Item Description Unit Qty 1 Services Services includes, but not limited to: full dentures, partial dentures, frameworks, temporary crowns, and implant crowns. Items to be purchased on a monthly basis by the lot. Period of performance is October 1, 2020 to September 30, 2021. LT 1 See required supplies/items listed in the table above. These requirements MUST be met in order to be considered for this procurement. All Shipping and Handling exceeding $249.00 will required a government bill of laden. Statement of Work: 1. GENERAL: The Contractor shall pick up prescriptions and impressions for denture crowns, bridges, denture frameworks, upper and/or lower, from the VA Loma Linda Healthcare System, 11201 Benton Street, Loma Linda CA 92357, Room Number 2F-21, Dental Prosthetic Lab. The Contractor shall provide all transportation, labor, supplies, supervision and materials required to fabricate denture frameworks in accordance with prescription specifications. The Contractor shall be a full service laboratory that can integrate the combined treatment needs of the prosthetic patient requiring simultaneous fixed, removable and implant supported prostheses. 2. PICK UP/DELIVERY: The Contractor, at its own expense, shall be required to pick up prescriptions/specifications and impressions between the hours of 7:00 a.m. and 3:30p.m. Monday through Friday, with the exception of Federal Holidays. Orders placed no later than 12:00 noon shall be picked-up the same day. Orders placed after 12:00 noon, shall be picked-up the following business day. Deliveries are to be made Monday through Friday, excluding holidays, between the hours of 8:00 a.m. to 4:30 p.m. local time, FOB destination. Supplies covered under this contract shall be delivered to the VA Loma Linda Healthcare System, Dental Prosthetic Lab. The Contractor shall deliver all finished orders no later than fourteen (14) calendar days from the date the order is placed. 3. PRODUCTS/SERVICES: a. All metal crowns/bridges shall be cast in high noble gold metal. All designs shall be a flat fee including metal. b. Porcelain fused to metal crowns/bridges shall be cast in high noble white metal. All designs shall be a flat fee including metal. Occlusal/lingual surface may be porcelain, porcelain/metal, or full metal design as per prescription. Esthetic margins may be metal, porcelain/metal or porcelain butt as per prescription. Pontic designs shall include hygienic, ridge lap, or anatomic per prescription (saddle pontics not acceptable). c. Full or partial coverage ceramic restorations shall be a flat fee and include options such as empress, procera or captek. d. Intracoronal ceramic restorations shall be flat fee and include options such as empress or procera. e. Cast removable partial denture frameworks will be cast in Vitallium metal. All designs shall be a flat fee and may include necessary wrought wire clasps or modifications spaces. f. Resin retained bridges will be cast in non-noble metal and include two retainers of any design and one pontic of any design as part of the flat fee. Additional pontics or retainers of any design additional. g. Full or partial dentures may be returned for try-in or taken to finish as per prescription. Denture teeth will be provided. All dentures will be processed in Lucitone 199 unless otherwise prescribed and include patient identification processed in denture. Product Line Items Fixed Prosthetics Porcelain fused to metal crown, retainer or pontic Full or partial coverage all ceramic crown, retainer or pontic Full or partial coverage full metal crown, retainer or pontic Rest/guide plane of any design for any of above, per tooth Resin retained bridge Additional pontic for resin retained bridge Additional retainer for resin retained bridge Intracoronal ceramic restoration Removable Prosthetics Partial denture framework upper or lower Partial denture framework, setup and complete, no tryin Partial denture setup only to tryin/not processed Partial denture setup only returned for tryin/returned to lab for process Full denture setup and processed, no tryin Full upper/lower denture setup only to tryin/not processed Full upper/lower denture setup returned for tryin/retuned to lab for process 4. QUALITY/WORKMANSHIP: VA dentists shall, at their sole discretion, determine the quality of fabrication that is acceptable. The VA dental staff shall inspect each of the prostheses including fit, finish, esthetics, patient comfort and satisfaction. Products returned for subsequent adjustments/reworks shall be delivered no later than seven (7) calendar days after that order is placed, at no additional cost to the Government. Fixed Prosthetics Checklist: 1. Restoration matches rx 2. Shade matches rx 3. Restoration fits model 4. Marginal adaptation is accurate 5. Marginal ridges harmonize w/teeth 6. Proximal contacts are correct 7. Occlusion meets doctors rx 8. Tooth anatomy is correct 9. Restoration harmonizes w/teeth 10. Restoration polished and cleaned Removable Prosthetics Checklist: 1. Restoration matches Rx 2. Restoration fits model 3. Occlusion is correct 4. Esthetics are correct 5, Restoration harmonizes w/remaining teeth 6. Restoration polished and cleaned 7. Shade matches Rx 8. Periphery is correct 5. ORDERING: It is the intent of the Government to make multiple awards; task orders shall be issued based on the availability of the contract that is most advantageous to the Government. The Contracting Officer, Contracting Officer Representative(s) (COR) and Alternate COR are the only individuals authorized to place orders against this contract. Orders shall be placed on an as needed basis, either by issuance of individual purchase/delivery orders or verbal orders and may be transmitted electronically, via mail, faxed or in any manner consistent with accepted commercial business practices. Orders may be placed by purchase order or by Government wide commercial purchase card (VISA). A significant number of payments shall be made via Government wide purchase card. CORs may place verbal orders. Each purchase order shall contain, at a minimum, the name of the purchase card company, the specific purchase card number, the expiration date of the card to be billed, and the product and quantities required. Each awardee will be provided a fair opportunity to be considered for each order. The Contractor shall have the capability of receiving orders via facsimile transmission and shall specify that number below. The Contractor shall also provide a telephone number and name/title for any ordering assistance that may be required. Include area code for all numbers. Name/Title Phone Number Fax Number 6. PATIENT CONFIDENTIALITY: The Contractor shall ensure the confidentiality of all patient information and shall be liable in the event of breach of confidentiality. Contractor will be provided patient s name and four-digit number assigned to each patient. That information shall not be disclosed. Patient information will be transported via locked transport bags. The Contractor will be required to sign a Business Associate Agreement (HIPAA) to that effect. 7. SMOKING POLICY: Smoking is not permitted within or around the VA facility grounds, except in designated areas. 8. PARKING: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from the VA Police and Security Service. The VA facilities will not invalidate or make reimbursement for parking violations of the contractor's personnel under any circumstance. 9. 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. Packaging shall be of protective quality to ensure that the product is undamaged during handling. 10. QUALIFICATIONS OF KEY PERSONNEL: The Contractor shall provide at a minimum two (2) Certified Dental Technicians that have successfully passed a written and practical exam for Certified Dental Technician from an accredited institution. Documented proof shall be submitted to the Contracting Officer with the Vendor s quotation. 11. SCHEDULE OF SUPPLIES/SERVICES SCHEDULE OF SUPPLIES / SERVICES The intent of this Sources Sought is to identify potential sources for multiple awards of an Indefinite delivery/indefinite quantity contract for dental laboratory services as described below to include all labor, supplies, materials, pick-up and delivery of final product for the VA Loma Linda Healthcare System, 11021 Benton Street, Loma Linda CA 92357, in accordance with all terms and conditions outline herein. The Contract period shall be for one (1) year. BASE YEAR -- Award Date ___10/01/2020_______thru ___09/31/2021_____ (Contracting Officer to enter dates upon award) ITEM NO. ITEM EST. YRLY QTY. UNIT UNIT PRICE EST. YRLY TOTAL PRICE PORCELAIN FUSED TO METAL 0001 Gold (yellow) 1000 EA ___________ ___________ 0002 Metal Lingual 100 EA ___________ ___________ 0003 Metal Collar Margin 100 EA ___________ ___________ 0004 Porcelain Margin 20 EA ___________ ___________ 0005 Fit to Partial 5 EA ___________ ___________ 0006 Rest Prep 10 EA ___________ ___________ 0007 Stress Breakers (each) 10 EA ___________ ___________ 0008 Precision Attachments 10 EA ___________ ___________ PARTIALS 0009 Partial Upper or Lower 300 EA ___________ ___________ 0010 Partial Frame Only 20 EA ___________ ___________ 0011 Add one saddle to a partial 5 EA ___________ ___________ 0012 Add chrome clasp to partial frame (each) 5 EA ___________ ___________ 0013 Add wrought wire clasp 10 EA ___________ ___________ 0014 Acrylic Partial up to 3 teeth 20 EA ___________ ___________ 0015 Each additional tooth 10 EA ___________ ___________ 0016 Stress Breaker 5 EA ___________ ___________ 0017 Swing Lock 10 EA ___________ ___________ 0018 E. Hinge 5 EA ___________ ___________ PROVISIONSAL 0019 Custom Temps (per unit)l 50 EA ___________ ___________ DENTURES 0020 Full upper denture 100 EA ___________ ___________ 0021 Full lower denture 100 EA ___________ ___________ 0022 Immediate upper denture 20 EA ___________ ___________ 0023 Immediate lower denture 20 EA ___________ ___________ 0024 Custom Tray (each) 20 EA ___________ ___________ 0025 Overdenture 20 EA ___________ ___________ 0026 QSeal Denture (each unit) 50 EA ___________ ___________ RELINES & REPAIRS 0027 Reline full or partial denture 40 EA ___________ ___________ 0028 Repair denture 10 EA ___________ ___________ ITEM NO. ITEM EST. YRLY QTY. UNIT UNIT PRICE EST. YRLY TOTAL PRICE RELINES & REPAIRS, continued 0029 Add a tooth or clasp (each) 10 EA _________ ___________ 0030 Soft reline 20 EA _________ ___________ 0031 Rebase or Transfer 5 EA _________ ___________ 0032 Mesh reinforcement 10 EA ___________ ___________ 0033 Metal bar reinforcement 60 EA ___________ ___________ FULL CAST CROWN 0034 Gold Crown (flat) 100 EA ___________ ___________ 0035 Semi Precious 100 EA ___________ ___________ 0036 Inlay/Onlay 20 EA ___________ ___________ VALPAST 0037 Partial Upper with teeth 50 EA ___________ ___________ 0038 Partial lower with teeth 50 EA ___________ ___________ 0039 Repair or add one tooth 10 EA ___________ ___________ 0040 Additional teeth (each) 10 EA ___________ ___________ 0041 Valplast combo to frame (each) 10 EA ___________ ___________ 0042 Add saddle/clasp to frame 20 EA ___________ ___________ ATTACHMENTS (PLUS COST OF ATTACHMENT) 0043 P.D. Attachments 20 EA ___________ ___________ 0044 Era Attachment 20 EA ___________ ___________ 0045 Seka Attachment 20 EA ___________ ___________ 0046 Zaag Attachment 20 EA ___________ ___________ 0047 Zest Anchor Attachment 20 EA ___________ ___________ 0048 O-SO Attachment 20 EA ___________ ___________ 0049 Over Denture Hader Bar 20 EA ___________ ___________ 0050 Round Clip Bar 20 EA ___________ ___________ 0051 Hader Bar Clip 20 EA ___________ ___________ 0052 Pre-Fabricated Bar 20 EA ___________ ___________ ORTHO 0053 Hawley retainer complete with ball clasps 20 EA ___________ ___________ 0054 Finger Spring to Move a tooth 5 EA ___________ ___________ 0055 Night Guard (hard upper or lower) 20 EA ___________ ___________ 0056 Night Guard (soft upper or lower) 20 EA ___________ ___________ 0057 TMJ (upper or lower) 20 EA ___________ ___________ 0058 Sleep Apnea Appliance 10 EA ___________ ___________ TOTAL ESTIMATED 1-YEAR COST: $______________________________ 12. NATIONAL HOLIDAYS: National holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Interested parties of sources sought must be an authorized reseller, distributor, or dealer. Verification can be provided by an authorization letter or other documents from the manufacturer. No exceptions, must be a manufacturer authorized distributor Responses to this notice shall be submitted via email to james.simms@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, July 27, 2020 at 1:00 PM, PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d59a7913517b4b7f84e3614e96595eeb/view)
 
Place of Performance
Address: Department of Veterans Affairs VA LOMA LINDA HEALTHCARE SYSTEM DENTAL SERVICE 11201 BENTON STREET, LOMA LINDA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05728637-F 20200723/200721230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.