New Lab services for Dental 4
ID: 36C25021Q0929 • Type: Synopsis Solicitation
Submit Questions to Government Officer Anonymously
Place your question(s) below. One of our analysts will anonymously submit the question(s) within 8 hours and provide any responses via email once received.
Question & Answer Assistant
Hello! Please let me know your question about this opportunity. I will answer based on the related documents for this opportunity.
Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading
Select Document for Processing
Select a document for analysis.
Description
VA250-13-R-0622 Page 26 of 59 Page 1 of Page 22 of 24 VA250-13-R-0622 Page 2 of 57 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information: Full Service Dental Lab Contract Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24121Q0929 Posted Date: 08/27/2021 Original Response Date: 09/10/2021 Product or Service Code: Q503 Set Aside: Small Business NAICS Code: 339116 Contracting Office Address: Network Contracting Office 10 VA Healthcare System serving Ohio, Indiana, and Michigan 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131 This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This is a Small Business (SB) Set Aside. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number 36C25021Q0929 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number 2021-06, Dated June 10, 2021. Interested contractors may contact Harvey J. McGowan, via email and should be sent to harvey.mcgowan@va.gov. To receive a government award, the offeror must be currently registered in the System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee. NAICS and Set-aside: The NAICS is 339116 and the small business size standard is 500 Employees. Any firm that is not considered a Small Business (SB) under this NAICS code should not submit a response to this notice. *To receive consideration as a SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov at the time of submitting quote and at the time of award of contract. Unverified SDVOSB s or VOSB will be evaluated as a SB. Description of Services: The VHA NCO 1O Louis Stokes Cleveland VA Medical Center serving Northeast Ohio, Dental services requires the following services: The LSCVAMC is seeking a FULL SERVICE DENTAL LABORATORY that can meet or exceed the required specifications. Anticipated contract will be a firm fix price contract with a base period and four (4) option years. Confidentiality of Information In accordance with FAR 52.227-14(b), the contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the contract. The Government has determined that the information/data that the Contractor will be provided during the performance of the contract is of a sensitive nature and cannot be disclosed in any manner. The Contractor, in whole or in part, can only make disclosure of the information/data, after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain about the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. Interested firms responding to this combined synopsis, their quotes must adhere to the following: STATEMENT OF WORK (SOW) 1. Contract Title. Dental Laboratory Contract 2. Background. Louis Stokes Veterans Affairs Medical Center (LSVAMC) is seeking for a vendor to provide all prosthetic appliance including fixed and removable and have arrangements in place for picked up and deliverer to the Cleveland VA Dental clinic either in person or by courier service. The contract work required is for an outside dental laboratory to process fixed and removable appliances for eligible veterans. The contract is for complete and total dental laboratory services for the fabrication and/or repair service needs contemplated in this request. 3. Scope. VAMC Cleveland is seeking a Dental Laboratory that will provide full services to fabricate all dental prothesis, crowns bridges, transitional dentures/partials, and relining of products when/if necessary. Services shall include pouring of models when necessary, fabrication of custom trays, bite blocks, articulation, set up, reset up (if necessary) processing and finishing of products. Services shall also include the manufacturing of cast frameworks, and CT guided stents. All items will be returned to the dental department in full operating capacity so veteran patients are able to receive them as soon as possible. The dental lab must schedule daily pickups of work needing to be done as well as daily delivery of fabricated items. Deliveries and pickups will be designated an assigned area of the dental clinic. The contracted lab shall provide all necessary labor, supervision, tools, supplies/materials and equipment necessary to fabricate, repair and supply the following products for eligible beneficiaries of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSVAMC)- Dental Service 160 (W) located at 10701 East Blvd., Cleveland Ohio 44106. The LSCDVAMC Dental Service contemplates the need for the following dental services which is not all inclusive of the service requirements of the service due to the varying needs of the veterans. The Dental Service dentists will provide legible dental prescriptions, accurate impressions, and bite registrations. If a prescription is not legible or clearly understood the contractor must contact the dentist to obtain a clear and legible prescription. a. Complete dentures (including bite rims, set-up, process, and finish) b. Cast partial dentures (including frameworks, set-up, process, and finish) c. All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process, and finish) d. Complete and partial denture repair e. Complete and partial denture relines and rebases f. Nightguards (acrylic/thermoplastic) g. Porcelain fused to metal crowns and bridges h. All gold crowns and bridges i. All ceramic crown and bridges j. Diagnostic wax-ups and design services for removable and fixed prosthodontics k. Prefabricated and custom abutments for implants crowns and dentures l. Precision cast retentive bars m. Precision semi-precision attachments l. CT guided stent fabrication The contractor will at no additional expense to the VA, remake all dental items that are not correct or flawed due to contractor error. For example, if a crown does not fit the die, it will be considered flawed and unacceptable. The crown will be remade at no additional expense to the government. If the crown fits the die but not on the patient s tooth, it will be considered a flawed action of the government and the remake will be at the VA s expense. If, in case of porcelain work, the porcelain shatters within twelve months of fabrication, it will be considered flawed and remade at no additional expense to the government. Quality control will be maintained, and dentist has the final decision to accept or reject the prosthesis, the contractor will follow the Standards of Acceptable Deliverables (SAD). The Contractor must be a certified dental laboratory by the National Board for Certification in Dental Technology (NBC). Certification to be included with it s quote. SPECIFIC PRODUCT SPECIFICATIONS Fabrication of all fixed and removable Dental Prosthesis listed on attachment below estimate. PHYSICAL AND DIMENSIONAL SPECIFICATIONS PROPOSALS WILL BE SUBJECT TO TECHNICAL REVIEW AND SELECTION WILL BE BASED ON TECHNICAL ACCEPTANCE AND PRICING. 4. Specific Tasks. Task 1. Fabrication of all fixed and removable Dental Prosthesis a. Complete dentures (including bite rims, set-up, process, and finish) b. Cast partial dentures (including frameworks, set-up, process, and finish) c. All acrylic partial dentures (including those which require wrought wire clasps, with set-up, process, and finish) d. Complete and partial denture repair e. Complete and partial denture relines and rebases f. Nightguards (acrylic/thermoplastic) g. Porcelain fused to metal crowns and bridges h. All gold crowns and bridges i. All ceramic crown and bridges j. Diagnostic wax-ups and design services for removable and fixed prosthodontics k. Prefabricated and custom abutments for implants crowns and dentures l. Precision cast retentive bars m. Precision semi-precision attachments n. CT guided stent fabrication 5. Performance Monitoring REVIEW OF POTENTIAL VENDORS WILL BE DONE DURING TECHNICAL REVIEW. ALSO BE ASSESSED. IT IS REQUIRED THAT REPRESENTATIVES OF THE AWARDED VENDORS ASSIST IN UNPACKAGING OF INSTRUMENTATION, ASSEMBLY OF INSTRUMENTATION. a. Packaging, Packing and Shipping Instructions. PROTHESIS PROCURED SHALL BE DELIVERED TO DENTAL SERVICE AT LOUIS STOKES CLEVELAND VA MEDICAL CENTER; 10701 EAST BLVD, CLEVELAND, OHIO 44106-1702. b. Inspection and Acceptance Criteria. ALL INSTRUMENTATION WILL BE INSPECTED FOR DAMAGE PRIOR TO USE. IT WILL BE THE RESPONSIBILITY OF THE VENDOR TO REPLACE DAMAGED PROSTHESIS. 6. Risk Control All prosthesis must follow all proper protocols per each unit and follow recommend CDC, OSHA, and VA Directive. 7. Place of Performance. VAMC Cleveland, DENTAL SERVICE 8. Period of Performance. BASE YEAR: 10/01/2021-09/30/2022 OPTION YEAR ONE: 10/01/2022-09/30/2023 OPTION YEAR TWO: 10/01/2023-09/30/2024 OPTION YEAR THREE: 10/01/2024-09/30/2025 OPTION YEAR FOUR: 10/01/2025-09/30/2026 9. Delivery Schedule. Within 30 days after awarding contract. DELIVERABLES DENTAL LAB SERVICES - BASE YEAR ESTIMATES CLIN ITEM ESTIMATED QUANTITIES UNIT UNIT COST TOTAL COST CERAMICS 0001 Porcelain-Fused-to-High Noble 45 EA 0002 Porcelain-Fused-to-Metal Implant Crown 12 EA 0003 Porcelain-Fused-to-Noble (alloy included) 105 EA 0004 [Pressed Ceramic Technology] IPS Empress Inlay/Onlay/Veneer 5 EA 0005 [Pressed Ceramic Technology] IPS Empress Esthetic Crown 6 EA 0006 [Pressed Ceramic Technology] IPS e.max Pressed Crown 10 EA 0007 Porcelain Shoulder 10 EA EA 0008 Custom Shade 5 EA CROWN & BRIDGE 0009 Full Cast Crown 70 EA 0010 Cast Inlay, Multi-Surface 3 EA 0011 Provisional Temp 5 EA EA 0012 [Maryland Bridge] Pontic (includes one model and die) 3 EA 0013 [Maryland Bridge] Wing (includes one model and die) 3 EA 0014 Die Service 150 EA 0015 Duplicate Model Service 5 EA 0016 Articulation (for semi-adjustable articulators) 250 EA 0017 [Crown & Bridge Services] Post and Core 6 EA 0018 Stress Breaker 1 EA 0019 Laser Weld 2 EA 0020 Reduction Coping Duralay 2 EA 0021 Design Crown for Partial 2 EA 0022 Fit to Existing Partial 2 EA 0023 Diagnostic Wax-up 8 EA 0024 Metal Occlusal (porcelain to noble crown only) 10 EA 0025 Reglaze porcelain 5 EA REMOVABLES 0026 Full Set-Up and Try-In (per arch) 200 EA 0027 Finishes, Full Denture 200 EA 0028 Partial Set-Up and Try-In (1 - 2 teeth) 20 EA 0029 Partial Set-Up and Try-In (3 - 5 teeth) 20 EA 0030 0030 Partial Set-Up and Try-In (6 or more teeth) 20 EA 0031 Partial Finish (1 - 2 teeth) 20 EA 0032 Partial Finish (3 - 6 teeth) 20 EA 0033 Partial Finish (7 or more teeth) 20 EA 0034 Acrylic Partial Treatment (1 -2 teeth) 20 EA 0035 Acrylic Partial Treatment (3 -6 teeth) 20 EA 0036 Acrylic Partial Treatment (7 or more teeth) 20 EA 0037 Wrought Wire Clasp 12 EA 0038 Ball Clasp 12 EA 0039 Full Denture Reline 35 EA 0040 Soft Reline 4 EA EA 0041 Partial Reline (1 - 6 teeth) 3 EA 0042 Partial Reline (7 or more teeth) 3 EA 0043 Jump/Rebase, Full Denture Reline 6 EA 0044 Orthotic Appliance 23 EA 0045 TMJ Hard Splint 31 EA 0046 FlexiSplint Semi-Soft Bruxism Splint 50 EA 0047 Hybrid Splint Hard/Soft 30 EA 0048 Name in Denture 200 EA 0049 Valplast Flexible Partial (1 - 4 teeth) plus teeth cost 13 EA 0050 Valplast Flexible Partial (5 or more teeth) plus teeth cost 13 EA 0051 Metal Pontic for Partials 2 EA 0052 Metal Onlay for Partials 4 EA 0053 Cast Clasp for Partials 6 EA 0054 Laser Repair 5 EA 0055 Articulation 70 EA 0056 Denture repair 14 EA 0057 Denture teeth (per card) 29 EA 0058 Denture teeth (per individual) 29 EA 0059 Partial transition to full denture 3 EA 0060 Replace precision attachment 70 EA IMPLANTS EA 0061 PFM Implant Crown 70 EA 0062 [Cementable Restoration] Stock Abutment Preparation Charge 3 EA 0063 [Cementable Restoration] Custom Cast Abutment (labor only) 60 EA 0064 Screw-Retained Implant 30 0065 [Fixed Hybrid Bridge] Denture (includes Ivoclar teeth) 1 EA 0066 Surgical Stent with Guide Holes (plus 25.00 per diagnostic tooth waxed) 5 EA 0067 Laser Weld 6 EA TOTAL ESTIMATED BASE COST:$ _________________________ DENTAL LAB SERVICES OPTION YEAR ONE ESTIMATES CLIN ITEM ESTIMATED QUANTITIES UNIT UNIT COST TOTAL COST CERAMICS 1001 Porcelain-Fused-to-High Noble 90 EA 1002 Porcelain-Fused-to-Metal Implant Crown 24 EA 1003 Porcelain-Fused-to-Noble (alloy included) 210 EA 1004 [Pressed Ceramic Technology] IPS Empress Inlay/Onlay/Veneer 10 EA 1005 [Pressed Ceramic Technology] IPS Empress Esthetic Crown 12 EA 1006 [Pressed Ceramic Technology] IPS e.max Pressed Crown 20 EA 1007 Porcelain Shoulder 20 EA EA 1008 Custom Shade 10 EA CROWN & BRIDGE 1009 Full Cast Crown 140 EA 1010 Cast Inlay, Multi-Surface 6 EA 1011 Provisional Temp 10 EA EA 1012 [Maryland Bridge] Pontic (includes one model and die) 6 EA 1013 [Maryland Bridge] Wing (includes one model and die) 6 EA 1014 Die Service 300 EA 1015 Duplicate Model Service 10 EA 1016 Articulation (for semi-adjustable articulators) 500 EA 1017 [Crown & Bridge Services] Post and Core 12 EA 1018 Stress Breaker 1 EA 1019 Laser Weld 4 EA 1020 Reduction Coping Duralay 3 EA 1021 Design Crown for Partial 4 EA 1022 Fit to Existing Partial 4 EA 1023 Diagnostic Wax-up 15 EA 1024 Metal Occlusal (porcelain to noble crown only) 20 EA 1025 Reglaze porcelain 10 EA REMOVABLES 1026 Full Set-Up and Try-In (per arch) 400 EA 1027 Finishes, Full Denture 400 EA 1028 Partial Set-Up and Try-In (1 - 2 teeth) 40 EA 1029 Partial Set-Up and Try-In (3 - 5 teeth) 40 EA 1030 0030 Partial Set-Up and Try-In (6 or more teeth) 40 EA 1031 Partial Finish (1 - 2 teeth) 40 EA 1032 Partial Finish (3 - 6 teeth) 40 EA 1033 Partial Finish (7 or more teeth) 40 EA 1034 Acrylic Partial Treatment (1 -2 teeth) 40 EA 1035 Acrylic Partial Treatment (3 -6 teeth) 40 EA 1036 Acrylic Partial Treatment (7 or more teeth) 40 EA 1037 Wrought Wire Clasp 24 EA 1038 Ball Clasp 24 EA 1039 Full Denture Reline 70 EA 1040 Soft Reline 8 EA EA 1041 Partial Reline (1 - 6 teeth) 6 EA 1042 Partial Reline (7 or more teeth) 6 EA 1043 Jump/Rebase, Full Denture Reline 12 EA 1044 Orthotic Appliance 45 EA 1045 TMJ Hard Splint 61 EA 1046 FlexiSplint Semi-Soft Bruxism Splint 100 EA 1047 Hybrid Splint Hard/Soft 60 EA 1048 Name in Denture 400 EA 1049 Valplast Flexible Partial (1 - 4 teeth) plus teeth cost 25 EA 1050 Valplast Flexible Partial (5 or more teeth) plus teeth cost 25 EA 1051 Metal Pontic for Partials 4 EA 1052 Metal Onlay for Partials 4 EA 1053 Cast Clasp for Partials 12 EA 1054 Laser Repair 10 EA 1055 Articulation 140 EA 1056 Denture repair 28 EA 1057 Denture teeth (per card) 58 EA 1058 Denture teeth (per individual) 58 EA 1059 Partial transition to full denture 6 EA 1060 Replace precision attachment 140 EA IMPLANTS EA 1061 PFM Implant Crown 140 EA 1062 [Cementable Restoration] Stock Abutment Preparation Charge 6 EA 1063 [Cementable Restoration] Custom Cast Abutment (labor only) 120 EA 1064 Screw-Retained Implant 60 1065 [Fixed Hybrid Bridge] Denture (includes Ivoclar teeth) 2 EA 1066 Surgical Stent with Guide Holes (plus 25.00 per diagnostic tooth waxed) 10 EA 1067 Laser Weld 12 EA TOTAL ESTIMATED OPTION YEAR ONE COST: $ SEE INCORPORATED ATTACHMENT FOR CONTRACT PRICING DENTAL LAB SERVICES - OPTION YEAR TWO ESTIMATES CLIN ITEM ESTIMATED QUANTITIES UNIT UNIT COST TOTAL COST CERAMICS 2001 Porcelain-Fused-to-High Noble 90 EA 2002 Porcelain-Fused-to-Metal Implant Crown 24 EA 2003 Porcelain-Fused-to-Noble (alloy included) 210 EA 2004 [Pressed Ceramic Technology] IPS Empress Inlay/Onlay/Veneer 10 EA 2005 [Pressed Ceramic Technology] IPS Empress Esthetic Crown 12 EA 2006 [Pressed Ceramic Technology] IPS e.max Pressed Crown 20 EA 2007 Porcelain Shoulder 20 EA EA 2008 Custom Shade 10 EA CROWN & BRIDGE 2009 Full Cast Crown 140 EA 2010 Cast Inlay, Multi-Surface 6 EA 2011 Provisional Temp 10 EA EA 2012 [Maryland Bridge] Pontic (includes one model and die) 6 EA 2013 [Maryland Bridge] Wing (includes one model and die) 6 EA 2014 Die Service 300 EA 2015 Duplicate Model Service 10 EA 2016 Articulation (for semi-adjustable articulators) 500 EA 2017 [Crown & Bridge Services] Post and Core 12 EA 2018 Stress Breaker 1 EA 2019 Laser Weld 4 EA 2020 Reduction Coping Duralay 3 EA 2021 Design Crown for Partial 4 EA 2022 Fit to Existing Partial 4 EA 2023 Diagnostic Wax-up 15 EA 2024 Metal Occlusal (porcelain to noble crown only) 20 EA 2025 Reglaze porcelain 10 EA REMOVABLES 2026 Full Set-Up and Try-In (per arch) 400 EA 2027 Finishes, Full Denture 400 EA 2028 Partial Set-Up and Try-In (1 - 2 teeth) 40 EA 2029 Partial Set-Up and Try-In (3 - 5 teeth) 40 EA 2030 0030 Partial Set-Up and Try-In (6 or more teeth) 40 EA 2031 Partial Finish (1 - 2 teeth) 40 EA 2032 Partial Finish (3 - 6 teeth) 40 EA 2033 Partial Finish (7 or more teeth) 40 EA 2034 Acrylic Partial Treatment (1 -2 teeth) 40 EA 2035 Acrylic Partial Treatment (3 -6 teeth) 40 EA 2036 Acrylic Partial Treatment (7 or more teeth) 40 EA 2037 Wrought Wire Clasp 24 EA 2038 Ball Clasp 24 EA 2039 Full Denture Reline 70 EA 2040 Soft Reline 8 EA EA 2041 Partial Reline (1 - 6 teeth) 6 EA 2042 Partial Reline (7 or more teeth) 6 EA 2043 Jump/Rebase, Full Denture Reline 12 EA 2044 Orthotic Appliance 45 EA 2045 TMJ Hard Splint 61 EA 2046 FlexiSplint Semi-Soft Bruxism Splint 100 EA 2047 Hybrid Splint Hard/Soft 60 EA 2048 Name in Denture 400 EA 2049 Valplast Flexible Partial (1 - 4 teeth) plus teeth cost 25 EA 2050 Valplast Flexible Partial (5 or more teeth) plus teeth cost 25 EA 2051 Metal Pontic for Partials 4 EA 2052 Metal Onlay for Partials 4 EA 2053 Cast Clasp for Partials 12 EA 2054 Laser Repair 10 EA 2055 Articulation 140 EA 2056 Denture repair 28 EA 2057 Denture teeth (per card) 58 EA 2058 Denture teeth (per individual) 58 EA 2059 Partial transition to full denture 6 EA 2060 Replace precision attachment 140 EA IMPLANTS EA 2061 PFM Implant Crown 140 EA 2062 [Cementable Restoration] Stock Abutment Preparation Charge 6 EA 2063 [Cementable Restoration] Custom Cast Abutment (labor only) 120 EA 2064 Screw-Retained Implant 60 2065 [Fixed Hybrid Bridge] Denture (includes Ivoclar teeth) 2 EA 2066 Surgical Stent with Guide Holes (plus 25.00 per diagnostic tooth waxed) 10 EA 2067 Laser Weld 12 EA TOTAL ESTIMATED OPTION YEAR TWO COST:$__________________ DENTAL LAB SERVICES OPTION YEAR THREE ESTIMATES CLIN ITEM ESTIMATED QUANTITIES UNIT UNIT COST TOTAL COST CERAMICS 3001 Porcelain-Fused-to-High Noble 90 EA 3002 Porcelain-Fused-to-Metal Implant Crown 24 EA 3003 Porcelain-Fused-to-Noble (alloy included) 210 EA 3004 [Pressed Ceramic Technology] IPS Empress Inlay/Onlay/Veneer 10 EA 3005 [Pressed Ceramic Technology] IPS Empress Esthetic Crown 12 EA 3006 [Pressed Ceramic Technology] IPS e.max Pressed Crown 20 EA 3007 Porcelain Shoulder 20 EA EA 3008 Custom Shade 10 EA CROWN & BRIDGE 3009 Full Cast Crown 140 EA 3010 Cast Inlay, Multi-Surface 6 EA 3011 Provisional Temp 10 EA EA 3012 [Maryland Bridge] Pontic (includes one model and die) 6 EA 3013 [Maryland Bridge] Wing (includes one model and die) 6 EA 3014 Die Service 300 EA 3015 Duplicate Model Service 10 EA 3016 Articulation (for semi-adjustable articulators) 500 EA 3017 [Crown & Bridge Services] Post and Core 12 EA 3018 Stress Breaker 1 EA 3019 Laser Weld 4 EA 3020 Reduction Coping Duralay 3 EA 3021 Design Crown for Partial 4 EA 3022 Fit to Existing Partial 4 EA 3023 Diagnostic Wax-up 15 EA 3024 Metal Occlusal (porcelain to noble crown only) 20 EA 3025 Reglaze porcelain 10 EA REMOVABLES 3026 Full Set-Up and Try-In (per arch) 400 EA 3027 Finishes, Full Denture 400 EA 3028 Partial Set-Up and Try-In (1 - 2 teeth) 40 EA 3029 Partial Set-Up and Try-In (3 - 5 teeth) 40 EA 3030 0030 Partial Set-Up and Try-In (6 or more teeth) 40 EA 3031 Partial Finish (1 - 2 teeth) 40 EA 3032 Partial Finish (3 - 6 teeth) 40 EA 3033 Partial Finish (7 or more teeth) 40 EA 3034 Acrylic Partial Treatment (1 -2 teeth) 40 EA 3035 Acrylic Partial Treatment (3 -6 teeth) 40 EA 3036 Acrylic Partial Treatment (7 or more teeth) 40 EA 3037 Wrought Wire Clasp 24 EA 3038 Ball Clasp 24 EA 3039 Full Denture Reline 70 EA 3040 Soft Reline 8 EA EA 3041 Partial Reline (1 - 6 teeth) 6 EA 3042 Partial Reline (7 or more teeth) 6 EA 3043 Jump/Rebase, Full Denture Reline 12 EA 3044 Orthotic Appliance 45 EA 3045 TMJ Hard Splint 61 EA 3046 FlexiSplint Semi-Soft Bruxism Splint 100 EA 3047 Hybrid Splint Hard/Soft 60 EA 3048 Name in Denture 400 EA 3049 Valplast Flexible Partial (1 - 4 teeth) plus teeth cost 25 EA 3050 Valplast Flexible Partial (5 or more teeth) plus teeth cost 25 EA 3051 Metal Pontic for Partials 4 EA 3052 Metal Onlay for Partials 4 EA 3053 Cast Clasp for Partials 12 EA 3054 Laser Repair 10 EA 3055 Articulation 140 EA 3056 Denture repair 28 EA 3057 Denture teeth (per card) 58 EA 3058 Denture teeth (per individual) 58 EA 3059 Partial transition to full denture 6 EA 3060 Replace precision attachment 140 EA IMPLANTS EA 3061 PFM Implant Crown 140 EA 3062 [Cementable Restoration] Stock Abutment Preparation Charge 6 EA 3063 [Cementable Restoration] Custom Cast Abutment (labor only) 120 EA 3064 Screw-Retained Implant 60 3065 [Fixed Hybrid Bridge] Denture (includes Ivoclar teeth) 2 EA 3066 Surgical Stent with Guide Holes (plus 25.00 per diagnostic tooth waxed) 10 EA 3067 Laser Weld 12 EA TOTAL ESTIMATED OPTION YEAR THREE COST:$ _________________ DENTAL LAB SERVICES OPTION YEAR FOUR ESTIMATES CLIN ITEM ESTIMATED QUANTITIES UNIT UNIT COST TOTAL COST CERAMICS 4001 Porcelain-Fused-to-High Noble 90 EA 4002 Porcelain-Fused-to-Metal Implant Crown 24 EA 4003 Porcelain-Fused-to-Noble (alloy included) 210 EA 4004 [Pressed Ceramic Technology] IPS Empress Inlay/Onlay/Veneer 10 EA 4005 [Pressed Ceramic Technology] IPS Empress Esthetic Crown 12 EA 0006 [Pressed Ceramic Technology] IPS e.max Pressed Crown 20 EA 4007 Porcelain Shoulder 20 EA EA 4008 Custom Shade 10 EA CROWN & BRIDGE 4009 Full Cast Crown 140 EA 4010 Cast Inlay, Multi-Surface 6 EA 4011 Provisional Temp 10 EA EA 4012 [Maryland Bridge] Pontic (includes one model and die) 6 EA 4013 [Maryland Bridge] Wing (includes one model and die) 6 EA 4014 Die Service 300 EA 4015 Duplicate Model Service 10 EA 4016 Articulation (for semi-adjustable articulators) 500 EA 4017 [Crown & Bridge Services] Post and Core 12 EA 4018 Stress Breaker 1 EA 4019 Laser Weld 4 EA 4020 Reduction Coping Duralay 3 EA 4021 Design Crown for Partial 4 EA 4022 Fit to Existing Partial 4 EA 4023 Diagnostic Wax-up 15 EA 4024 Metal Occlusal (porcelain to noble crown only) 20 EA 4025 Reglaze porcelain 10 EA REMOVABLES 4026 Full Set-Up and Try-In (per arch) 400 EA 4027 Finishes, Full Denture 400 EA 4028 Partial Set-Up and Try-In (1 - 2 teeth) 40 EA 4029 Partial Set-Up and Try-In (3 - 5 teeth) 40 EA 4030 0030 Partial Set-Up and Try-In (6 or more teeth) 40 EA 4031 Partial Finish (1 - 2 teeth) 40 EA 4032 Partial Finish (3 - 6 teeth) 40 EA 4033 Partial Finish (7 or more teeth) 40 EA 4034 Acrylic Partial Treatment (1 -2 teeth) 40 EA 4035 Acrylic Partial Treatment (3 -6 teeth) 40 EA 4036 Acrylic Partial Treatment (7 or more teeth) 40 EA 4037 Wrought Wire Clasp 24 EA 4038 Ball Clasp 24 EA 4039 Full Denture Reline 70 EA 4040 Soft Reline 8 EA EA 4041 Partial Reline (1 - 6 teeth) 6 EA 4042 Partial Reline (7 or more teeth) 6 EA 4043 Jump/Rebase, Full Denture Reline 12 EA 4044 Orthotic Appliance 45 EA 4045 TMJ Hard Splint 61 EA 4046 FlexiSplint Semi-Soft Bruxism Splint 100 EA 4047 Hybrid Splint Hard/Soft 60 EA 4048 Name in Denture 400 EA 4049 Valplast Flexible Partial (1 - 4 teeth) plus teeth cost 25 EA 4050 Valplast Flexible Partial (5 or more teeth) plus teeth cost 25 EA 4051 Metal Pontic for Partials 4 EA 4052 Metal Onlay for Partials 4 EA 4053 Cast Clasp for Partials 12 EA 4054 Laser Repair 10 EA 4055 Articulation 140 EA 4056 Denture repair 28 EA 4057 Denture teeth (per card) 58 EA 4058 Denture teeth (per individual) 58 EA 4059 Partial transition to full denture 6 EA 4060 Replace precision attachment 140 EA IMPLANTS EA 4061 PFM Implant Crown 140 EA 4062 [Cementable Restoration] Stock Abutment Preparation Charge 6 EA 4063 [Cementable Restoration] Custom Cast Abutment (labor only) 120 EA 4064 Screw-Retained Implant 60 4065 [Fixed Hybrid Bridge] Denture (includes Ivoclar teeth) 2 EA 4066 Surgical Stent with Guide Holes (plus 25.00 per diagnostic tooth waxed) 10 EA 4067 Laser Weld 12 EA TOTAL ESTIMATED OPTION YEAR FOUR COST:___________________________________ GRAND TOTAL (Base plus Options): $______________________________ 1. Technical Statement. (a) Demonstrating relevant experience, skills, and ability to fulfill the Government's requirements for the above. The quote in its technical statement should contain enough details for the Government to make an informed decision regarding your capabilities; however, the statement should not exceed 10 pages. (b) The technical statement must identify the responder's business type and size. (c) The technical statement must provide company name and address, point of contact, phone/fax/email and NAICS Code(s). (d) All quotes/technical statements must be submitted electronically no later than 4:00pm eastern standard time on Friday, September 10, 2021 to Contracting Officer Harvey McGowan, harvey.mcgowan@va.gov. 2. Contract Title. Full Service Dental Laboratory. 3. Background. This contact is necessary to maintain the equipment necessary to cool the Medical Center for the health and safety of our patients and employees. 4. Scope. Vendor shall supply all labor and equipment to perform maintenance and repair as scheduled and needed to provide dental laboratory service to the dental clinic at the Cleveland Louis Stokes VA Medical Center. The following contract clauses apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) [Insert a statement regarding any addenda to FAR 52.212-4] Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.216-22 Indefinite Quantity 52.219-14 Limitations on Subcontracting 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-3 Continuity of Services (JAN 1991) 852.203-70 Commercial advertising 852.219-76 Subcontracting Plans Monitoring and Compliance. 852.232-72 Electronic submission of payment requests. 852.237-74 Non-Discrimination in Service Delivery. 852.246-71 Rejected Goods. 852.247-73 Packing for Domestic Shipment. 52.216-18 Ordering. As prescribed in 16.506(a), insert the following clause: Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 04/01/2021 through 03/31/2026. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19 Order Limitations. As prescribed in 16.506(b), insert a clause substantially the same as follows: Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $250,000.00 (2) Any order for a combination of items in excess of $250,000.00 or (3)A series of orders from the same ordering office within 15 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c)If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 2 days after issuance, with written notice stating the Contractor s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.217-7 Option for Increased Quantity-Separately Priced Line Item. As prescribed in 17.208(e), insert a clause substantially the same as the following: Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within [insert in the clause the period in which the Contracting Officer must exercise the option]. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years. (End of clause) 852.219-74 Limitations on Subcontracting Monitoring and Compliance. As prescribed in 819.7203(a) insert the following clause: LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION) (a) This solicitation includes VAAR 852.219-10, VA Notice of Total Veteran-Owned Small Business Set-Aside (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records, or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.247-71 Delivery Location. DELIVERY LOCATION (OCT 2018) Shipment of deliverable items, other than reports, shall be to: the designated VAMC, Address is in the Statement of Work. (End of clause) PACKING FOR DOMESTIC SHIPMENT (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (4) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (17)(i) 52.219-9, Small Business Subcontracting Plan (Aug 2018) (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) 22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020, 2019) (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (28)(i) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) (29)(i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) (33)(i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) (45)(i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (47)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (56) 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management (Jul 2013) (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) FAR PROVISIONS: The following solicitation provisions apply to this acquisition: 52.212-2 Evaluation-Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation-Commercial Items (Oct 2014) (a) The Government will award a 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: 1 Technical Technical quotes will be rated either acceptable or unacceptable. Each element of experience and quality control must be rated acceptable (proposal clearly meets the minimum requirements of the solicitation) to receive an overall acceptable technical rating. Quotes must separately address each element to be considered responsive to this solicitation. Experience the offeror must demonstrate that it has successfully performed at least three (3) similar contracts with the past three (3) years. Quality Control Contractor shall provide a detailed description of the quality control policies and procedures used in the fabrication of dental prostheses, as part of their technical evaluation, as well as a plan showing how the project will be controlled to maintain staffing to meet the performance objective. The Contractor must meet the technical requirements in the Statement of Work and be a National Board for Certification in Dental Technology (NBC) certified dental laboratory. If the Contracting Officer cannot determine The Contractor s technical capabilities and ability to perform in accordance with the Statement of Work (SOW), the quote will be considered non-responsive to the Synopsis/Solicitation and will not be given further consideration. 2 Price Price quotes will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness and determine availability of funds. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Fair and reasonable pricing shall be determined by comparing the proposed prices to the Independent Government Cost Estimate, current contract pricing, and the quotes received from other offerors. Service-Disabled Veteran-Owned Small Business Status Solely for purposes of price evaluation and implementation of the veteran s first act, the proposed price of any CVE SDVOSB offeror shall be evaluated as if it were 2% less than the offerors actual proposed price so as to afford the SDVOSB a competitive advantage. These price adjustments as solely and only for implementation of the preferences of the Veterans First Act and the price evaluation in the best value trade off phase. In the event an SDVOSB is in line to receive an award, the actual award value, and the actual obligation to an SDVOSB shall not reflect any such 2% reduction but rather the true offeror proposed price. This evaluation shall be done by Lowest Price Technically Acceptable (LPTA) analysis under Simplified Acquisition Procedures. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2019) All quoters shall submit the following: One copy of Quotation by email to Harvey.mcgowan@va.gov. This is an open-market combined synopsis/solicitation for Dental Lab Services. The government intends to award a Firm Fixed Price Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 10, 2021 via emailed to Harvey.mcgowan@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Email quotes will be accepted. Faxed and mailed quotes will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Harvey J. McGowan at Harvey.mcgowan@va.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.217-4 Evaluation of Options Exercised at Time of Contract Award (JUNE 1988) 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (MAR 2015) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fix Price contract resulting from this solicitation. (End of provision) 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) The offeror shall provide, with its offer, the following information that is required to make payment by electronic funds transfer (EFT) under any contract that results from this solicitation. This submission satisfies the requirement to provide EFT information under paragraphs (b)(1) and (j) of the clause at 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management. (1) The solicitation number (or other procurement identification number). (2) The offeror s name and remittance address, as stated in the offer. (3) The signature (manual or electronic, as appropriate), title, and telephone number of the offeror s official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the offeror s financial agent. (5) The offeror s account number and the type of account (checking, savings, or lockbox). (6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the offeror s financial agent. (7)If applicable, the offeror shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the offeror s financial agent is not directly on-line to the Fedwire and, therefore, not the receiver of the wire transfer payment. (End of provision) 52.233-2 SERVICE OF PROTEST (Sept 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Contracting Officer/Harvey J. McGowan NCO 10 6150 Oak Tree Blvd, Independence, OH 44131. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 852.209-70 ORGANIZATIONAL CONFLICTS OF INTEREST (JAN 2008) (a) It is in the best interest of the Government to avoid situations which might create an organizational conflict of interest or where the offeror s performance of work under the contract may provide the contractor with an unfair competitive advantage. The term organizational conflict of interest means that because of other activities or relationships with other persons, a person is unable to render impartial assistance or advice to the Government, or the person s objectivity in performing the contract work is or might be otherwise impaired, or the person has an unfair competitive advantage. (b) The offeror shall provide a statement with its offer which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided under this solicitation. The offeror shall also provide statements with its offer containing the same information for any consultants and subcontractors identified in its proposal and which will provide services under the solicitation. The offeror may also provide relevant facts that show how its organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. (c) Based on this information and any other information solicited or obtained by the contracting officer, the contracting officer may determine that an organizational conflict of interest exists which would warrant disqualifying the contractor for award of the contract unless the organizational conflict of interest can be mitigated to the contracting officer's satisfaction by negotiating terms and conditions of the contract to that effect. If the conflict of interest cannot be mitigated and if the contracting officer finds that it is in the best interest of the United States to award the contract, the contracting officer shall request a waiver in accordance with FAR 9.503 and 48 CFR 809.503. (d) Nondisclosure or misrepresentation of actual or potential organizational conflicts of interest at the time of the offer or arising as a result of a modification to the contract, may result in the termination of the contract at no expense to the Government. (End of provision) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of provision) 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420 or Email: EDProtests@va.gov. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of provision) NOTE: If the below acknowledgement is not received with your quote, your quote may be reviewed as unresponsive. VHA Directive 1193 Coronavirus Disease 2019 Vaccination Program for VHA Health Care Personnel, Effective August 13, 2021 The following information is to inform your company of the new VHA Directive 1193 Coronavirus Disease 2019 Vaccination Program for VHA Health Care Personnel and the requirement for your healthcare personnel employees to comply with the requirements in the Directive. In accordance with VHA Directive 1193, it is VHA s policy that VA medical facilities will implement a mandatory COVID-19 vaccination program by requiring all VHA Health Care Personnel (HCP) to receive a COVID-19 vaccination or obtain an exemption for medical or religious reasons. Please note that contractor personnel are included in VHA s definition of a HCP (see definition below). Definition of HCP: Healthcare personnel (HCP) refers to all paid and unpaid persons who work in or travel to VHA locations who have the potential for direct or indirect exposure to patients or infectious materials, including body substances (e.g., blood, tissue, and specific body fluids); contaminated medical supplies, devices, and equipment; contaminated environmental surfaces; or contaminated air. These HCP may include, but are not limited to, emergency medical service personnel, nurses, nursing assistants, physicians, technicians, therapists, phlebotomists, pharmacists, health professions trainees (HPTs), contractor personnel, and persons (e.g., clerical, dietary, environmental services, laundry, security, maintenance, engineering and facilities management, administrative, billing, and volunteer personnel) not directly involved in patient care but potentially exposed to infectious agents that can be transmitted from HCP and patients. HCP include all VA licensed and unlicensed, clinical and administrative, paid and without compensation, full- and part-time, intermittent, fee basis employees who are expected to perform any or all of their work at these locations. HCP also includes VHA personnel and contractor personnel providing home-based care to Veterans and drivers and other personnel whose duties put them in contact with patients outside VA medical facilities. HCP Contractor personnel employed by your company and working at VA medical facilities, are required to comply with VHA Directive 1193 and requirements outlined in the directive. Please see the specific requirements: VHA Health Care Personnel. VHA HCP are required to comply with VHA Directive 1193 by: (1) Receiving a complete COVID-19 immunization series or obtaining an exemption for medical or religious reasons. (2) Submitting the Health Care Personnel COVID-19 Vaccination Form, VA Form 10-263 (See Appendix B of the Directive) to Employee Occupational Health (EOH). (a) If a VHA HCP is vaccinated at a VHA location, by VHA EOH, they are not required to complete and submit VA Form 10-263 to EOH. (b) If a VHA HCP is vaccinated outside of EOH and has submitted acceptable and complete documentation of vaccination, as prescribed in Appendix A, to EOH, they are not required to complete and submit VA Form 10-263 to EOH. (c) If a VHA HCP is vaccinated outside of EOH, but has not submitted acceptable and complete documentation of vaccination, as prescribed in Appendix A, to EOH, they must complete and submit VA Form 10-263 to EOH with all required documentation and within the timelines as prescribed in this directive. (d) If a VHA HCP is exempt from COVID-19 vaccination for medical or religious reasons, they must complete the COVID-19 Vaccination VA Form 10-263 (Appendix B), declaring the exemption and acknowledging the requirement to wear a face mask when under conditions in the work environment described (See Appendix A, paragraph 5.a and Appendix B). 3. Please acknowledge receipt of this subject Directive and requirements with an affirmative that you ve received a copy of the directive and understand the requirements within. I acknowledge receipt of this subject Directive and requirements and understand the requirement within. _______________________ __________________ Signature Date _______________________ Title
Show All
Overview
Response Deadline
Sept. 10, 2021, 4:00 p.m. EDT
Past Due
Posted
Aug. 25, 2021, 3:53 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Cleveland VAMC 10701 East Blvd
Source
Current SBA Size Standard
500 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 8/25/21 VISN 10: Healthcare System issued Synopsis Solicitation 36C25021Q0929 for New Lab services for Dental due 9/10/21.
The opportunity was issued with a Small Business (SBA) set aside with NAICS 339116 (SBA Size Standard
500 Employees) and PSC Q503.
Primary Contact
Title
Harvey J. McGowan
Name
harvey.mcgowan@va.gov   Profile
Email
Phone
216-447-8300 x3792/3793
Documents
Posted documents for Synopsis Solicitation 36C25021Q0929
Question & Answer
Incumbent or Similar Awards
Potential Bidders and Partners
Awardees that have won contracts similar to Synopsis Solicitation 36C25021Q0929
Similar Active Opportunities
Open contract opportunities similar to Synopsis Solicitation 36C25021Q0929
Additional Details
Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 250-NETWORK CONTRACT OFFICE 10 (36C250)
FPDS Organization Code
3600-00250
Source Organization Code
100167099
Last Updated
Aug. 25, 2021
Last Updated By
harvey.mcgowan@va.gov
Archive Date
Oct. 10, 2021