SOLICITATION NOTICE
Q -- FYSU Fixed Removable Dental Laboratory Services
- Notice Date
- 12/19/2025 10:40:30 AM
- Notice Type
- Solicitation
- NAICS
- 339116
— Dental Laboratories
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- IHS1519511
- Response Due
- 12/29/2025 10:00:00 AM
- Archive Date
- 01/13/2026
- Point of Contact
- Minkyu Kim
- E-Mail Address
-
minkyu.kim@ihs.gov
(minkyu.kim@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Below are the questions received along with the corresponding answers. If you have any additional questions, please feel free to submit them to me and they will be addressed in a timely manner. Attachment 4 � Price Schedule has been provided as a reference to assist with pricing. Given the variety of services required, offerors may add additional line items as appropriate. Alternatively, offerors may submit pricing using their own system-generated quote format. 1) Is past performance required for this opportunity? Past performance may be considered as part of the evaluation. In accordance with FAR 52.212-1, offers shall include price, technical information, and past performance information if applicable. In addition, the SOW identifies laboratory experience, time in operation, and quality of prior work as selection criteria. 2) Can shipping charges from the Service Unit to the Contractor be at the cost of the Government? No. The SOW states that shipping charges from the Service Unit to the Contractor will be at the cost of the laboratory unless negotiated otherwise. Shipping charges from the Contractor to the Fort Yuma Health Center (FYHC) will be at the cost of the contractor/laboratory, including any priority or expedited shipping. 3) What is the maximum volume number of cases that will be sent to the laboratory per month? The SOW does not specify a maximum volume of cases per month. The only volume guidance provided is that there will be no minimum volume number of cases sent to the dental laboratory. 4) Is there an incumbent? If so, please provide the total contract value, length, and number. No. This is a new requirement. There is no incumbent contract associated with this procurement. 5) Is the scope of work the same as the previous contract? Not applicable. This is a new requirement; therefore, there is no previous contract scope for comparison. 6) Is UPS an acceptable carrier for both inbound and outbound shipping? Yes. UPS is an acceptable carrier for both inbound and outbound shipping, provided all SOW shipping, tracking, temperature-control, and delivery requirements are met. 7) For porcelain-fused-to-metal (PFM) and full gold crowns (FGC), may the alloy be billed as a separate line-item, or must it be included in the product price? The Government prefers that alloy costs be included in the unit price of the finished product. Separate line-item billing for alloy is not preferred. 8) Since this contract includes a base year with four option years, if the U.S. alloy market changes significantly, may pricing adjustments be considered? This solicitation contemplates a firm-fixed-price contract. In accordance with FAR 16.202-1, contractors bear the risk of cost increases, including material or alloy price fluctuations. Contract prices will not be adjusted unless an applicable Economic Price Adjustment clause is included or a Government-directed change occurs under the Changes clause. 9) Attachment 4 � Price Schedule.xlsx does not list specific products. Should offerors insert their product pricing into the Excel file? Yes. Offerors should complete Attachment 4 by entering their proposed pricing for applicable dental laboratory products in the Excel file, consistent with the SOW. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ The Fort Yuma Health Center (FYHC) Dental Program requires dental laboratory services to fabricate, repair, and remake fixed and removable dental prostheses, including complete dentures, removable partial dentures, crown and bridge units, implant abutments, and related appliances. One or multiple laboratories may be utilized. Selected labs must meet performance standards for quality, turnaround time, HIPAA compliance, advanced scanning/milling capabilities, and the ability to fabricate from traditional impressions as well as digital scan technology as the clinic upgrades. Contractor responsibilities include the fabrication of dental prosthetic units using approved materials, providing a one-year warranty on all completed fixed and removable prostheses, performing remakes at no additional cost when clinically justified, providing packaging and traceable shipping, and ensuring temperature-safe delivery. Labs must support ongoing quality evaluation and comply with FYHC performance, reporting, and inspection requirements. Patient eligibility and treatment sequencing will follow FYHC policies, including completion of comprehensive exams, CHS-Direct eligibility, IPC empanelment criteria, and compliance with broken appointment rules. Dental labs may be added, changed, or removed based on performance needs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6eaf3a3796aa4a80913e0b04eb1611aa/view)
- Place of Performance
- Address: Winterhaven, CA 92283, USA
- Zip Code: 92283
- Country: USA
- Zip Code: 92283
- Record
- SN07671284-F 20251221/251219230032 (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 |