The RFP Database
New business relationships start here

Idaho Army National Guard Dental Service


Idaho, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued.

This solicitation W912J7-18-R-0018 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective June 15, 2018.


This acquisition is a total Small Business Set Aside under NAICS 621210. The small business size standard for this NAICS code is $7,500,000.00. Interested offerors must be registered in the System for Award Management (SAM) to be considered for award. There will be no site visit and all questions must be submitted according to the instructions below.


Contractors are encouraged to enter into Teaming or Partnering Agreements in order to fufill this requriement.

Description of Requirement: The purpose of this requirement is to provide dental care in support of Individual Medical Readiness (IMR)for the Idaho Army National Guard (IDARNG) Surgeon's Office. This requirement is designed to be flexible, responsive, and meet the evolving needs of the government. DoDI 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the optimal IMR category of Fully Medically Ready (FMR) soldiers. The ultimate goal is to achieve and track medical readiness goals by producing real-time reports based on complete, accurate data. The minimum goal for overall medical readiness is that 75% or more service members are FMR, with the ultimate goal being 100% of soldiers FMR. This is a required service to meet these goals and maintain readiness.

The base period of performance will be 26 September 2018 - 25 September 2019 with one (1) one-year option period. The applicable wage determination number 2015-5503 revision 6 codes are 12020 and 12025 where 12020 is Dental Assistant and 12025 is Dental Hygienist.


Performance Standards: The contractor shall provide all personnel, dental office space, supervision, and any items and services necessary to meet the government's requirement as outlined in the Performance Work Statement (PWS) and examination sheet attached to this synopsis/solicitation.


Evaluation: The contract will be a Firm-Fixed-Price (FFP) Purchase Order with one (1) base year and one (1) option year, awarded using FAR Part 13 procedures. The evaluation procedures located at FAR 13.106-2 and are being utilized for this acquisition. The basis for award will be a Lowest Price, Technically Acceptable selection method where the lowest evaluated price, meeting or exceeding acceptable performance standards for non-cost factors and where no record of unacceptable performance exists will be awarded a contract. Lowest evaluated price will be determined by the contractor submitting total pricing for the requirement on per CLIN basis utilizing the CLIN structure attached to this synopsis/solicitation. Total price shall be the combination of the base period and the option combined to form a total evaluated price.


The technical acceptability evaluation will be based on the Contractor submitting the following required documentation; Dental Staff: Shall be licensed and credentialed or have been granted provisional licensure in the state of Idaho to perform dental procedures and documentation that are in good standing with the state Board of Dentistry. Documentation demonstrating technical abilities in required functions identified in sections 1.4.1 through 1.4.15 of the attached Performance Work Statement. Technical acceptability of this position will be deemed acceptable if it is determined that there is substantial confidence that the Contractor can perform the effort based on the submitted documentation compared to the PWS. Substantial confidence is further defined as the offeror's recent/relevant performance record (within the past five years) providing the Government a high expectation that the offeror will successfully perform the required effort.


The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. The Contractor shall submit a verifiable Past Performance record to be utilized in this evaluation to the POCs listed in this solicitation. The Contractor is responsible for identifying how previous efforts are similar in scope and magnitude to those specified in this requirement. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation. No record of past performance will result in a neutral rating.


Contract Line Item Numbers (CLINs):


See attached CLIN Structure worksheet.


Quotation Submission: Quotations, questions and past performance questionnaires will be submitted electronically via email to Natasha.m.spratt2.mil@mail.mil and thomas.r.guyer.civ@mail.mil.


Final Questions associated with this solicitation shall be received no later than 4:00 PM Mountain Standard Time (MST), 21 September 2018. Questions received after this time will not be responded to.


Final Quotations must be received no later than 4:00 PM MST, 24 September 2018. Late responses to this solicitation will not be considered for contract award.


Provisions and Clauses:
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision.


Offerors shall deliver to the government the following documents:


1) A technical volume which reflects their Dental Staff: The staff shall be licensed and credentialed or have been granted provisional licensure in the state of Idaho to perform dental procedures and documentation that are in good standing with the state Board of Dentistry. Documentation demonstrating technical abilities in required functions identified in sections 1.4.1 through 1.4.15 of the attached Performance Work Statement. Technical acceptability of this position will be deemed acceptable if it is determined that there is substantial confidence that the Contractor can perform the effort based on the submitted documentation compared to the PWS.


2) The CLIN structure with pricing completed for CLIN 0001 which is a summation of the Exam Cost Spreadsheet from the Diagnostic Services potion multiplied by 240 soldiers.


3) Past Performance Questionnaires to support prior performance.


End of Clause


Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause.
The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition.
The following are the included additional clauses for this action;
52.204-7 Central Contractor Registration
52.219-4 Notice of Evaluation Preference for HUBZone Small Business Concerns
52.219-28 Post-Award Small Business Program Representation
52.222-17 Nondisplacement of Qualified Workers
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-55 Minimum Wages Under Executive order 13658
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-System for Award Management
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil)
52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2)
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A
252.225-7001 Buy American Act and Balance of Payments Program
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.247-7023 Transportation of Supplies by Sea
52.222-3 Convict Labor
52.222-36 Affirmative Action for Workers with Disabilities
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.222-35 Equal Opportunity for Veterans
52.222-37 Employment Reports on Veterans
52.203-3 Gratuities
52.203-6 ALT.I Restrictions on subcontractor Sales to the Government - Alternate I
52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper
52.219-8 Utilization of Small Business Concerns
52.222-40 Notification of Employee Rights Under the National Labor Relations Act
52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment
252.225-7012 Preference for Certain Domestic Commodities
252.243-7002 Requests for Equitable Adjustment


Natasha M. Spratt, Contracting Specialist , Phone 2082724604, Email natasha.m.spratt2.mil@mail.mil - Thomas R. Guyer, Contracting Officer, Phone 2082724600, Email thomas.r.guyer.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP