The North American Industry Classification System (NAICS) is 561320. The Government anticipates award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on compliance with solicitation requirements, technical capabilities, prior performance and cost. The Government intends to award one contract as a result of this solicitation. An award will made based on the requirements and evaluation factors.
SOCIO-ECONOMIC CONSIDERATION:
As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance.
DESCRIPTION of SERVICE Requirements:
Denture Services provider shall provide removable prosthodontic service for dental patients directly referred from Northern Navajo Medical Center.
Services to be provided are limited to fabrication, delivery of a conventional complete upper denture, a conventional complete lower denture, or both conventional complete upper and lower dentures in edentulous patients.
Referred patients for authorized services shall include: limited examination, review of medical history and current medications, review of the patients panoramic radiograph, and treatment for complete maxillary and/ or mandibular edentulism
Treatment to be rendered include: preliminary alginate impressions, fabrication of custom impression trays for master impressions, fabrication of wax-rims, collection of face bow records and bite registration impressions, esthetic try-in, fabrication and delivery of maxillary and/ or mandibular complete denture, and any follow up denture adjustments needed by the patient in the first four consecutive months following delivery.
Patients requiring any surgery prior to impressions and denture fabrication will be seen and treated at Northern Navajo Medical Center.
Any services not authorized will not be compensated. Contractor will only render services to patients directly referred from the Dental provider at Northern Navajo Medical Center.
All Denture Services shall be provided at the contractor's facility.
PERIOD OF PERFORMANCE
1/1/2017-12/31/2017
ADDITIONAL INFORMATION:
Contractor will provide billing invoice within two weeks of completing prosthodontic services.
The contractor must retain any certification and licensure status as defined below throughout the term of the contract. Current and valid documents shall be provided to the Northern Navajo Medical Center's Credentialing Coordinator upon renewal of said documents.
Valid current full and unrestricted license in all State, District of Columbia, the Commonwealth of Puerto Rico, or a Territory of the United States.
Retain US Citizenship.
Health status allowing physical and mental ability to carry out required functions. This is to be verified on an annual basis by the employing agency or a copy of a physical examination.
CLIENT BACKGROUND
Many of the patients served may only speak a native language and reside on the Navajo reservation. The contractor should be able to show sensitivity to cross-cultural and languages differences and have the ability to work through interpreters as necessary for non-English speaking patients. In situation where interpretation is required, the Northern Navajo Medical Center's staff will provide these services to its best capabilities.
APPLICABLE PROVISIONS AND CLAUSES
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov): The following Provisions and Clauses apply to this solicitation and are incorporated by full text:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text upon request the Contracting Officer will make their full text available.
Fingerprinting Card FBI-FD 258 (provided by the Federal government) Fingerprinting must be cleared and approved prior to the start date.
52.204-1 Approval of Contract
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.208-9 Contractor Use of Mandatory Sources of Supply or Services
52.213-2 Invoices
52.213-4 Terms and Conditions- Simplified Acquisitions (other than commercial items)
52.214-34 Submission of Offers in the English Language
52.241-35 Submission of Offers in U.S. Currency
52.216-24 Limitation of Government Liability
52.216-25 Contract Definitization
52.222-1 Notice to the Government of Labor Disputes
52.222-3 Convict Labor
52.222-14 Disputes Concerning Labor Standards
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-6 Drug Free Workplace
52.224-2 Privacy Act
52.225-13 Restrictions on Certain Foreign Purchases
52.232-1 Payments
52.232-18 Availability of Funds
52.232-33 Payment by Electronic Funds Transfer System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-7 Indemnification and Medical Liability Insurance
52.243-1 Changes- Fixed Price (Alternate I)
52.244-6 Subcontracts for Commercial Items
52.249-1 Termination for convenience of the Government
Additional Health & Human Service Acquisition Regulation (HHSAR) clauses:
352.202-1 Definitions
352.224-70 Confidentiality of information
352.232-9 Withholding of contract payments
352.249-14 Excusable delays
352.270-5 Key personnel
352.270-11 Privacy Act
352.270-13 Tobacco-free facilities
352.270-18 Crime Control Act - Requirement for background checks
352.270-19 Electronic information and technology accessibility
CV/Profiles, candidate direct contact telephone number, three recent (WITHIN 3 years) reference letters with valid, working phone numbers and availability dates of the candidate shall be submitted by EMAIL as an attachment on one PDF file. Other company information such as cover letter, pricing, quote, certificate of liability, status etc. shall be submitted by EMAIL as a second PDF file attachment.
Documents are to be submitted to Quishana Thompson, Contract Specialist, Acquisitions Department via email to [email protected]. Final proposals are due NO LATER THAN February 17, 2017 by 4:00 PM Mountain Standard Time.