Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2023 SAM #7743
SOLICITATION NOTICE

Q -- Advanced Restorative Course at CIH

Notice Date
2/6/2023 8:46:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
IHS1467736
 
Response Due
2/2/2023 10:00:00 AM
 
Archive Date
02/17/2023
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ).��Submit only written quotes for IHS1467736 for Advanced Restorative Function Training. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.� This solicitation is a 100% small business set-aside.� The associated NAICS code is 611430 with a small business size standard of $11.0 Million. This RFQ contains SIX (6) line items as follows: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 Period of Performance: April 17, 2023 through April 20, 2023.� The contractor shall provide the Restorative Function Advanced Course for Claremore Indian Hospital in accordance the attached Statement of Work. Pre Course Prep 2 EA 0002 Instruction Fee 32 EA 0003 Post Course Follow Up 1 EA 0004 Travel 1 EA 0005 Per Diem 7 EA 0006 Prepped Teeth 102 EA PERIOD OF PERFORMANCE: (Base Period); Base Year: ���������������� 04/17/2023 �through 04/20/2023 Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions. Submit Quotes no later than February 2, 2023 �@ 1:00PM:� to the Following Point of Contact: Misti Bussell, misti.bussell@ihs.gov Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable ����������� Vendor must meet or exceed the requirements of the SOW This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (sean.long@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017 All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509 STATEMENT OF WORK CLAREMORE INDIAN HOSPITAL ONSITE AGENCY DENTAL TRAINING June 1, 2023 1.�������� General Requirements 1.1������ Description of Work Claremore Indian Hospital (CIH) seeks a vendor to supply the following onsite training to increase the dental personnel�s level of knowledge in the field of restorative dentistry by developing skills in advanced dental restorations (expanded function dental assistant) as follows: Advanced Restorative Techniques in accordance with the United States Public Health Service standards, OCA Technical Quality of Care and Chart Audit Documents dated 2008. 1.2������ Training Locations ����������� Claremore Indian Hospital 101 S Moore Ave Claremore, OK 74017 Course Requirements This course is a continuation of the �Basic Expanded Functions� course, which is a prerequisite of: 1. Certificate from the Basic Expanded Functions course. 2. Completion of the online Restorative Expanded Functions-Basic Prerequisite course. � Upon completion of this course, participants will be able to: 1. Have an understanding of the basic concepts of occlusion as they apply to restorative dentistry. 2. Place and finish complex Class II amalgam restorations and composite restorations involving the incisal angle. 3. Have an understanding of the current state-of-the-art in dentinal bonding agents. 4. Have the ability to discriminate between acceptable and unacceptable restorations. Specific Course Description/Requirements All five-cavity classifications/preparations will be covered in lecture and laboratory exercises, including amalgam and composite restorations. Lectures will review and update course participants on dental restorative materials including a discussion of bonding agents. Laboratory exercises will be performed on typodonts beginning with conservative preparations and working up to and including cusp-protected amalgam and incisal angle composite resin restorations. Also, participants will be introduced to the basics of occlusion. The course will require that the participant perform 5 cusp-protecting amalgams [CPAs] and 5 class IV composite restorations back in their clinical setting before receiving her/his certificate. 1.4���� Schedule Training shall be conducted from April 17, 2023, through April 20, 2023, at the Claremore Indian Hospital. Day 1:� Course Overview Introduction Expected Outcomes review with the attendees Tooth Anatomy Quiz Materials/Cavity Classification Quizzes Module 12 Training (review of prerequisite basic course pertaining to placement of class II dental amalgam) Adjacent Class II Amalgam Restorations Dental Typodont Work Discussions Dental Typodont Work Day 2:� Lecture on Basic Principles of Occlusion and Cusp Protected Amalgams Dental Typodont Work Cusp Protected Amalgam�s (CPA�s) Day 3: Lecture on Composite Resins and Class IV Composites Dental Typodont Work Day 4: Complete Dental Typodont Work Close out Session 1.5������ Deliverables Each attendee shall receive a Certificate of Completion for each course stating their name, course, and CL hours completed. 1.6������ Point of Contact: ����������� Dental Clinic Dr. Kip Martin ����������� (918) 342-6400 ����������� kippy.martin@ihs.gov ����������� Contract related questions please contact: ����������� Sean Long, Supervisory Contract Specialist� ����������� (918) 342-6509 ����������� sean.long@ihs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6918c36644dd40cfb678fb812c64f9ef/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN06583099-F 20230208/230206230110 (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.