SOLICITATION NOTICE
U -- On-Site Dental Training
- Notice Date
- 9/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ-18-Q-0245
- Archive Date
- 10/4/2018
- Point of Contact
- Lisa D. Branch, Phone: 7067870293
- E-Mail Address
-
lisa.d.branch.civ@mail.mil
(lisa.d.branch.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-18-Q-0245 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED FULL AND OPEN basis under NAICS code 611310 and size standard is $27,500,000.00. The Government anticipates awarding a single award issued as Firm Fixed Price. The requirement of this solicitation is to provide an In-House Dental Materials Course for Prosthodontic Residents at the Tingay Dental Clinic, Fort Gordon, GA 30905. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 19 September, 2018 at 09:00 am EST. Questions must be submitted via email no later than 13 September, 2018. Quotes and questions shall be submitted via email to lisa.d.branch.civ@mail.mil. ITEM NO. 0001 In-House Dental Training (Prosthodontic) QTY: 1 U/I: Each UNIT PRICE: ___________ TOTAL: ____________ Delivery Address Tingay Dental Clinic 228 East Hospital Road, Building 320 Fort Gordon, Georgia 30905-5660 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: -Description of course being offered -Clin/Item Number Pricing (filled out) -Company's Dunn and Bradstreet number (DUNS) -CAGE code -Company Contact Information, for evaluation purposes. -Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. Salient Characteristics: This On-Site Dental Materials course is intended to provide Fort Gordon Prosthodontic Residents with the materials science fundamentals underlying the composition, properties, and clinical performance of a wide range of materials used in the restorative dental processes. In addition, attention will be made during the first portion of the course to the unique structure and properties of teeth as well as the oral environment in which they must survive. Emphasis will be placed on student interaction and past experiences with specific materials, trying to identify why some products worked and others did not. Criteria for selection as well as indications and contraindications of many types of materials will be discussed and presented. Knowledge gained from this course will provide students the ability to more validly justify choice/selection/use of specific types of restorative materials, based on cost, storage, safety, and desired clinical outcomes of their soldier/patients. m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. PERFORMANCE WORK STATEMENT (PWS) Dental Materials Course PWS PART l GENERAL 1. SCOPE OF WORK: Contractor shall furnish aU labor and materials required to instruct the Dentals Material Course at Tingay Dental Clinic, Fort Gordon, GA. The training shall be in accordance with the Performance Work Statement. 1.2. CONTRACTOR PERSONNEL: For the purpose of this contract, the term Contractor "personnel" applies to all Contractor employees, subcontractor employees, or any other person(s) acting for or on behalf of the Contractor to perform work on this contract. 1.3. CONTRACTOR EMPLOYEES: General Qualifications: Contractor employees shall be trained, qualified, certified and/or licensed to perform services required for this contract. The contractor shaU maintain records of training qualifications, certifications, and licenses and provide them to the Contracting Officer upon request. The Contractor shall ensure that the employees remain fully qualified to perform work under this contract. The Contractor shall maintain the work force in such a manner as to ensure that the employees remain fully qualified. The Contractor shall only employ persons able to speak, read, write, and understand English for those positions interacting with Government personnel, and where English is used or essential to provide the product, record, data, information, or service 1.3.1. PROJECT MANAGER. Prior to contract perfonnance, the Contractor shall designate in writing, to the Contracting Officer, a Project Manager (PM), who shall be responsible for the overall management, coordination, and supervision over the work, which employees are performing under this contract. The PM shall be knowledgeable of the terms and conditions of the contract. This PM shall have full authority to act for the Contractor on all contract matters relating to daily operations of this contract. 1.4. NON-PERSONAL SERVICES. This contract is a non-personal services contract under which the personnel rendering the services are not subject, either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. 1.5. SECURITY REQUIREMENTS 1.5. I. ANTITERRORISM (AT) TRAINING. 1.5.1.1. AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level l awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 05 calendar days after completion of training by all employees and subcontractor personnel. AT level l awareness training is available at the following website: http://jko.jten.mil. 1.5.2. ACCESS AND GENERAL PROTECTION POLICY AND PROCEDURES 1.5.2. l. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.5.2.2. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center lnterstate Identification lndex (NCIC-lll) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable instaHation, facility and area commander instaHation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 1.5.3. iWATCH TRAINING. 1.5.3.1. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity A TO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 05 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. PWS PART2 DEFINITIONS AND ACRONYMS 2.1. DEFINITIONS: The following terms used throughout this PWS shall have the following meanings: Acceptable Quality Level (AQL): Tbe AQL is a designated value (percent) of defective outcomes/service that tbe Government indicates will be accepted using acceptable sampling techniques and procedures. Alternate Contracting Officer's Representative (ACOR): An alternate individual from the functional activity appointed by the Contracting Officer and delegated specific authority to monitor contract performance and to perform specific contract administration functions in the absence of the COR. Contracting Officer (KO): An individual with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. Contracting Officer's Representative (COR): An individual from the functional activity appointed by the Contracting Officer and delegated specific authority to monitor contract performance and to perform specific contract administration functions. Federal Acquisition Regulation (FAR): Provides uniform policies and procedures for acquisitions by executive agencies of tbe federal Government. Government Furnished Property: All tangible property of Government furnished to Contractor. Performance Standard: A measurable output or result associated with the performance-based description of a requirement found in the PWS. Quality Control: Those actions taken by the Contractor to control the in-process performance of goods or services to ensure that contract quality standards are met. Quality Assurance Surveillance Plan (QASP): An organized written document used by the Government for quality assurance surveillance. 2.2. ACRONYMS. For the purpose of the resultant contract, the acronyms listed below shall apply: CFR Code of Federal Regulations DA Department of the Army DA Cir Department of the Army Circular DA Pam Department of the Anny Pamphlet GFP Government Furnished Property PWS PART 3 GOVERNMENT FURNISHED PROPERTY (GFP) 3.1. GENERAL: N/A PWS PART 4 CONTRACTOR-FURNISHED ITEMS AND SERVICES 4.1. GENERAL: With the exception of items specifically identified as Government furnished in Part 3, the Contractor shall furnish all supplies, equipment and labor necessary to perform the requirements of this contract. 4.2. RESOURCES. Unless otherwise stated, the Contractor will furnish all labor, supervision, equipment, materials, and supplies necessary to perform the services as required by the contract. 4.3. PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS: The Contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees and applicable taxes, comply with municipal, State, and Federal laws, ordinances, rules and regulations applicable to the business carried on under this contract. 4.4. CONTRACTOR OWNED PROPERTY: 4.4.l. Condition of Property: All property utilized on this contract shall be in an operable condition and shall meet all applicable Federal, State, Local, and Installation requirements for its operation. All of the design and safety features of the equipment shall be complete and intact as if they were new excluding the appearance offair wear and tear on the equipment. 4.4.2. Operation: All Contractor owned equipment shall be operated according to applicable Federal, State, Local, and Installation Jaws and regulations as they apply to the equipment. This includes the requirement that Contractor personnel shall be adequately trained and possesses all necessary licenses, certification, or other required documents to operate the equipment. PWS PART 5 SPECIFIC TASKS 5.1. GENERAL: The Contractor shaJI provide in-house training of the Dental Materials Course for the Fort Gordon Prosthodontic Residents. The contractor shall instruct the course in accordance with the outlined subject areas described in PWS Part 5.2. and this Performance Work Statement. This Dental Materials course is intended to provide Fort Gordon Prosthodontic Residents with the materials science fundamentals underlying the composition, properties, and clinical performance of a wide range of materials used in the restorative dental processes. In addition, attention will be made during the first portion of the course to the unique structure and properties of teeth as well as the oral environment in which they must survive. Emphasis will be placed on student interaction and past experiences with specific materials, trying to identify why some products worked and others did not. Criteria for selection as well as indications and contraindications of many types of materials will be discussed and presented. Knowledge gained from this course will provide students the ability to more validly justify choice/selection/use of specific types of restorative materials, based on cost, storage, safety, and desired clinical outcomes of their soldier/patients. 5.2. SPECIFIC TASKS: 5.2. l. The Contractor shall provide in-house training of the Dentals Material Course consisting of the following subject areas: 1. Structure and Properties of Teeth and Oral Tissues 2. Common Mechanical Properties and Testing of Materials 3. Acrylics, Polymers, and Polymerization 4. Denture Base Materials 5. Prostbodontic Alloys 6. Impression Materials 7. Bonding to Enamel and Dentin 8. Dental Silanes, and Bonding Resins to Metals 9. Bonding Resins to Ceramics and to other Resins 10. Dental Resin Composites 11. Dental Photocuring 12. Interim Restorative Materials 13. Dental Amalgam and Mercury Hygiene 14. Dental Waxes 15. Dental Model Materials and Investments 16. Dental Ceramics 5.2.2. The Contractor shall provide training in 16 individual sessions lasting from I.5 hours to 2 hours. 5.2.3. The Contractor shall provide a draft schedule including the subject area, date, and time of training to the COR for approval. A final schedule will disseminated no less than _5_ (days/weeks) prior to course offering. 5.2.4. The Contractor shall provide a list of behavioral objectives and suggested literature for students to enhance knowledge on specific aspects of each topic. 5.2.5. The Contractor shall email lecture handouts to residents prior to course offering. 5.3. LOCATION OF COURSE and POC: 5.3. 1. The course location: Ft. Gordon Dental Activities Prosthodontic Graduate Dental Education Program Tingay Dental Clinic Building 320, East Hospital Road Fort Gordon, GA 30905 5.3.2. Government POC/COR: Greg Courtright, Contracting Officer's Representative (COR), greg.a.courtright.civ@rnail.mil, 706-787-2238 End of Performance Work Statement (End of Provision) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 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: Lowest Price Technically Accepted (LPTA). Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Quoters shall submit quotes to Gordon Health Contracting Cell Office to arrive no later than 09:00 am eastern standard time on 19 September, 2018. Quotes can be submitted via email to lisa.d.branch.civ@mail.mil. Mailed and faxed submissions are not acceptable. Evaluation Process: All quotes will be evaluated on overall product quality, service and price. Must meet the functional characteristics referenced. The award decision will be based on the Lowest Price Acceptable. 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-6 - NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2017) (DEVIATION 2013-O0019)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-18-Q-0245 /listing.html)
- Place of Performance
- Address: Ft. Gordon Dental Activities Prosthodontic Graduate Dental Education Program, Tingay Dental Clinic, Building 320, East Hospital Road, Fort Gordon, Georgia, 30905, United States
- Zip Code: 30905
- Zip Code: 30905
- Record
- SN05084223-W 20180913/180911231438-6bf799f5332f0cefd5433c1bdf286c24 (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 |