SOURCES SOUGHT
Q -- WA ARNG DENTAL SERVICES
- Notice Date
- 10/18/2016
- Notice Type
- Sources Sought
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Washington, Building 32, Camp Murray, Tacoma, Washington, 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- FY17-001
- Archive Date
- 11/16/2016
- Point of Contact
- CHRISTOPHER MARTIN, Phone: 2535128305
- E-Mail Address
-
CHRISTOPHER.E.MARTIN6.MIL@MAIL.MIL
(CHRISTOPHER.E.MARTIN6.MIL@MAIL.MIL)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- NGWA-PFO/ASD 11 OCTOBER 2016 SUBJECT: SYNOPSIS/SOURCES SOUGHT FY17-001 1. The USPFO for Washington intends to issue a Request for Proposal (RFP) for an Indefinite Delivery-Indefinite Quantity (IDIQ) single award contracts for Dental Services. Exam and treatment services will include but not be limited to providing all management, labor, material, equipment, certifications and supplies necessary to provide comprehensive dental readiness services to include: annual dental examinations (ADA Code 0120), clinically indicated radiologic studies (to include panorex), and oral health education. These services will be delivered at various armories and training locations throughout the state. The treatment services will be facilitated using a contractor provided automated system (portal) that tracks the creation of each individual case to completion. To include but not limited to a web based means of creating and tracking request for dental services with robust scheduling functionality. The system will accomplish the following: • Facilitates processing dental exams for ARNG personnel • Publishes information for service members to receive services • Allows for scheduling an appointment with local providers by individual S/M • Provides management tool to monitor allocated budgets • Supports the DENCLASS System • Post event reporting • Customizable to fit the needs of the WA ARNG The exams will generally be completed by using contractor provided mobile dental equipment--except when exam services will be provided using a voucher system, and provided by dentist offices central to the service member's home of record. Except when dental services are provided at Camp Murray, WA where government equipment is available. Upon completion of services medical information will be documented in accordance with Department of the Army Policy and updated into DENCLASS system All project scope will be provided with the request for proposal (RFP) on a task order basis. Prospective contractors must be able to respond to emergencies within six (6) hours via locations in the State of Washington. The North American Industry Classification System (NAICS) code for this work is 621210 Offices of Dentists. The small business size standard is $7.0 million average annual revenue. This is a 100% Woman Owned Business set-aside. Anticipated contracts will consist of a Base Award Period of one year, and four (4) one-year option periods. Total contract period, to include options, will not exceed five (5) calendar years. Individual Task Orders will range from $2,500.00 to $120,000.00. The total of individual task orders placed against this contract will not exceed $3,000,000.00 over the 5 year period. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. Interested vendors are encouraged to provide information that shows how these services will be provided, technical capabilities, and recent and relevant past performance. 2. The solicitation and associated information will be posted at Federal Business Opportunities (FBO - https://www.fbo.gov/). Questions concerning this synopsis/solicitation will be posted on FBO. Interested offerors must be registered in the System for Award Management (SAM) as a small business under the NAICS 621210 (www.sam.gov) upon submission of proposals. 3. All inquiries must be in writing, preferably via email to the point(s) of contact specified in the synopsis/solicitation. All answers will be provided in writing via posting to FBO as an amendment. If you have any questions concerning this procurement you are encouraged to email the point(s) of contact listed below 4. DISCLAIMER: The official plans and specification will be located on the official government web page. The Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to FBO for electronic downloading. This will be the only method of distributing amendments prior to the solicitation closing date; therefore, it is the offerors responsibility amendments to the solicitation as part of their proposal. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. Responses to Sources Sought will be due by 11/01/2016. Please ensure that both contacts are included in all correspondence, 5. Point of contact(s) are: Chris Martin USPFO-WA, Purchasing & Contracting Division (253) 512-8305 Christopher.e.martin6.mil@mail.mil Robert Wilkinson USPFO-WA, Purchasing & Contracting Division (253) 512-8311 Robert.d.wilkinson.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/FY17-001/listing.html)
- Place of Performance
- Address: WA STATE, United States
- Record
- SN04306912-W 20161020/161018234243-9b519d12fddfe94f714e446335cd1edb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |