Ohio Bids > Bid Detail

Dental Services BPA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159357455267219
Posted Date: May 11, 2023
Due Date: May 19, 2023
Solicitation No: FA665623Q0007
Source: https://sam.gov/opp/7f131f8410...
Follow
Dental Services BPA
Active
Contract Opportunity
Notice ID
FA665623Q0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFRC
Office
FA6656 910 AW LGC YNGSTN WRN ARPT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 11, 2023 08:57 am EDT
  • Original Published Date: Apr 12, 2023 01:34 pm EDT
  • Updated Date Offers Due: May 19, 2023 11:00 am EDT
  • Original Date Offers Due: May 12, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 03, 2023
  • Original Inactive Date: May 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q503 - MEDICAL- DENTISTRY
  • NAICS Code:
  • Place of Performance:
    Vienna , OH 44473
    USA
Description

All questions must be submitted via email by May 15, 2023 at 2:00 p.m. EST.



This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665623Q0007 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-02 (14 February 2023) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20230322 (22 March 2023). This solicitation is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial service is 621210; the small business size standard is $9.0 million.



The 910th AW has a requirement to procure the commercial service listed below.



SCHEDULE OF SUPPLIES/SERVICES:



The purpose of this Blanket Purchase Agreement (BPA) is for services related to dental services in accordance with the attached Statement of Work. In accordance with the statement of work, contractor must document that they have the technical capability to perform the needed services, and the ability to be on-site at the air base as required. Examples of acceptable documentation of capability include degree, license, and years of experience. Contractor must also submit a price list. The government is requesting that you submit one hourly rate for the dentist that includes all services, mileage, and lodging necessary to provide dental examinations per the statement of work.



The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.acquisition.gov.





List of applicable provisions:



FAR 52.204-7, System for Award Management (Oct 2018)



FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)



FAR 52.204-17, Ownership or Control of Offeror (Aug 2020)

FAR 52.212-1, Instructions to Offerors, Commercial Items (Mar 2023)



FAR 52.212-2, Evaluation -- Commercial Items, (Nov 2021)



The evaluation factors that will be used to determine award will be lowest price technically acceptable. 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).



FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2022).



Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://sam.gov.



FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (June 2020)



DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Sep 2022)





FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)





List of applicable clauses:



FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)



FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020)



FAR 52.204-13, System for Award Management Maintenance (Oct 2018)



FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)



FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)



FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)



FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)



FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)



FAR 52.212-4, Contract Terms and Conditions-Commercial items (Dec 2022)



FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items Products and Commercial Services (Mar 2023)



FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)



FAR 52.219-28, Post-Award Small Business Program Rerepresentation (Mar 2023)



FAR 52.222-3, Convict Labor (June 2003)



FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)



FAR 52-222-26, Equal Opportunity (Sept 2016)



FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)



FAR 52.222-41, Service Contract Labor Standards (Aug 2018)



FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)



FAR 52.222-50, Combating Trafficking in Persons (Nov 2021)



FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Jan 2020)



FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022)



FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)



FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)



FAR 52.232-33, Payment by Electronic Funds Transfer (Oct 2018)



FAR 52.232-36, Payment by Third Party (May 2014)



FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)



FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)



FAR 52.233-1, Disputes (May 2014)



FAR 52.233-3, Protest After Award (Aug 1996)



FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)



DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)



DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Dec 2022)



DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Jan 2023)



DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023)



DFARS 252.225-7048, Export-Controlled Items (Jun 2013)



DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)



DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Jan 2023)



DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (May 2018)



DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)



DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services (Jan 2023)



AFFARS 5352.201-9101, Ombudsman (Oct 2019)



AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019)



AFFARS 5352.223-9001, Health and Safety on Government Installations (Oct 2019)



AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Oct 2019)



FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998)





Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor’s Unique Entity ID, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. All quotes must include a pricelist for services outlined in the Statement of Work. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 11:00 a.m. Eastern Standard Time (EST) on Friday, May 12, 2023. Please submit quote via email to, or by mail to 910th CONF/PK, BLDG 504, ATTN: Ashley Senich, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Ashley Senich at (330) 609-1523 or ashley.senich@us.af.mil, or Contracting Officer Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil.





Government’s intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs.



A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing “charge accounts” with qualified sources.



It is the Government’s intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed, however, it is not the Government’s policy to set up a BPA if it does not intend to use it.













Contracting Office Address:



Youngstown Air Reserve Station



910 CONF/PK



3976 King Graves Rd-Unit 31



Vienna, OH 44473-5931







Place of Delivery/Acceptance:



910 AW/MDS



3976 King Graves Rd.



Vienna, OH 44473-5931





Point of Contact:



910 CONF/PK Unit 31



3976 King Graves Rd.



Vienna, OH 44473-5931


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 3976 KING GRAVES RD
  • VIENNA , OH 44473-0910
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >