Mississippi Bids > Bid Detail

Mobile Dental Clinic

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159452389990776
Posted Date: Sep 14, 2023
Due Date: Sep 21, 2023
Solicitation No: W9127Q230026
Source: https://sam.gov/opp/1b57c72c35...
Follow
Mobile Dental Clinic
Active
Contract Opportunity
Notice ID
W9127Q230026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7NH USPFO ACTIVITY MS ARNG
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 (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 14, 2023 10:14 am CDT
  • Original Date Offers Due: Sep 21, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 06, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Hattiesburg , MS 39407
    USA
Description

COMBINED SYNOPSIS/SOLICITATION



W9127Q-23-R-0026



MOBILE DENTAL CLINIC



MISSISSIPPI NATIONAL GUARD



Camp Shelby, MS





This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q-23-R-0026 is being issued as a Request for Proposal (RFP) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2023-04 Effective 02 June 2023 and the Defense Federal Acquisition Regulations (DFARS) updated 20 July 2023. This requirement is 100% Small Business Set-Aside and only qualified sellers may submit Proposals. North American Industrial Classification System Code (NAICS) is 332311 with a small business size standard of 750 employees. The Government intends to make an award of a Firm Fixed Price purchase order.

1. Scope of Requirement:





Mississippi Army National Guard (MSANG) is requesting one twenty (20) foot CSC Shipping Container - Furnished & Equipped to be used as a Mobile Dental Clinic. This Mobile Clinic is necessary to maintain and facilitate Dental Readiness for National Guard soldiers. Unit shall be able to provide x-rays, comprehensive oral diagnostic procedures, limited restorative dental procedures, basic endodontics, basic periodontal, & basic oral surgery procedures.





A. CLIN 0001- Mobile Dental Clinic: 1 EACH





Container, Equipment, and Furnishing Description: -20 foot CSC certified Shipping Container Wind and water tight, 6 universal duplex electrical outlets (GFI outlets as required), 1 standard telephone with exterior communication port access panel, external water supply connection, an external grey water waste connection, sliding glass window with an integrated bug screen, LED Lighting, powder coated medical steel cabinetry with integrated locks and soft touch close, medical grade solid surface countertops, stainless steel sink with a goose-neck faucet, air conditioning unit with an integrated heat pump, Portable Plus Intra Oral Digital X-Ray and Digital Sensor System, Restorative Dental Delivery System-self-contained, L/R hand classic dental chair with light, Table Top Steam Sterilizer 110/220 volt 50/60hz, Ultrasonic cleaner, low speed handpiece, Highspeed handpieces, Dental assistant stool, Standard dental dentist stool, Cup dispenser (Grey side and front, RH door, three glove, tower and cup dispenser), Plastic step-on waste bin 42 quarts, Adapter (dental 6 to 5 pin, with LED), Fire Extinguisher 2.2 kg class ABC rechargeable, Standard smoke detector, 24” tall wall cabinets with integrated locks, Medical Grade Seamless homogenous flooring with 4 inches of flash coving, Integrated trash door built into base cabinet, Commercial Steel Entry Door with lever door handles, 55 gallon / 208 liter water tank, Shallow well water pump, 22.75 liter pressure tank to provide water pressure inside the clinic, three-stage point-of-use water filter that eliminates 99.9% of all harmful chemicals bacteria and viruses.





B. Salient Characteristics shall include but not limited to:



20 foot by 8 foot Container Safety Certified (CSC) Shipping Container modified and furnished as follows: Unit must meet or exceed EU and U.S. health code standards and easily be cleaned with all bactericidal, fungicidal and virucidal solutions. with steel powder coated medical cabinetry with integrated locks and soft touch close, medical grade solid surface countertops, stainless steel sink with a goose-neck faucet - An air conditioning unit with an integrated heat pump. Container must be shippable as CSC Shipping container painted with a two-part epoxy white that resists rust and reflects the sun’s heat, with entry door and air conditioning components inside the steel container doors. Mounting of cabinetry, dental equipment, HVAC, tanks, and all equipment, fixtures, and furnishings must be secure for frequent shipping via road, rail, air. Water tanks, piping, and pump must be insulated to withstand cold and low-point drainable when unit is dormant. Fully Insulated and framed with galvanized steel structural studs. Structure able to resist 9mm, 38 caliber and 45 caliber ballistics at 25 feet. Contain universal duplex electrical outlets that will accept all electrical cord plug-ins. Clinical spaces are communication and telemedicine ready, including appropriately numbered Cat 5 internal access points. 200A Utility Panel and 200A Utility Panel Connection.





C. CLIN 0002 - Shipping and Handling (if applicable): 1 EACH



Include estimated date of delivery.





D. Delivery: Camp Shelby Medical Readiness



ATTN: Mark A Creel



1302A Lee Ave



Camp Shelby, MS 39407





E. Shipping shall be FOB Destination to Camp Shelby, MS 39407





2. Basis of Award





The award will be made to the lowest priced technically acceptable (LPTA) proposal. Proposals will be evaluated for technical acceptability (including past performance) but will not be ranked using the non-price Factors (and Subfactors). In order for an Offeror to be considered for award, the proposal must receive an “Acceptable” rating in every non-price Factor. A proposal receiving a rating of “Unacceptable” in any non-price Factor will not be eligible for award.



Price will be evaluated to determine reasonableness of the proposed price; unreasonable Offers cannot be selected for award. Of the proposals deemed “technically acceptable”, the lowest price option will be selected for award.



4. Evaluation Criteria



Award will be made to the offeror whose proposal is most advantageous to the Government based upon an integrated assessment of the evaluation factors and sub-factors described above. Proposals shall be complete, clear, concise and include sufficient detail for effective evaluation. Offerors shall assume that the Government has no prior knowledge of their experience and will base its evaluation on the information presented in the Offeror’s proposal. The proposal shall not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. See Attachment 14 for full details.





5. Submission Requirements





PROPOSALS ARE DUE NLT 2:00 PM (CST) on THURSDAY, September 21, 2023





Proposals shall be submitted via email only. Email shall be titled as indicated below and attachments must be clearly titled. Facsimile and delivered Proposals WILL NOT be accepted.





Email Addresses: brady.b.williamson.mil@army.mil; lisa.d.anguizola.civ@army.mil





Subject Line: PROPOSAL - W9127Q230026 Mobile Dental Clinic





Proposals shall be submitted on offeror’s own letterhead. Be sure to include shipping & handling. Proposals may be received early; however, they will not be except after 2:00 PM on Wednesday, September 21st. Contractor is responsible for following up to ensure Proposals are received in the USPFO P&C Office by the due date/time stated above. Proposals must include a statement that pricing is valid for at least 60 days after proposal’s closing date/time.





6. Request for Information



All questions must be submitted by email to addresses identified for above. Questions can be submitted no later than COB on Monday 18 September 2023 (3 business days prior to close date/time).





Interested offerors must be registered and visible in the System for Award Management (SAM) prior to proposal submission. To register go to: https://www.sam.gov/portal/public/SAM. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any Proposal/ proposal preparation costs. It is the Government’s intention to award without discussions. Award will be made (all or none) to one vendor.





7. Provisions / Clauses



The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance. Clauses and Provisions incorporated by reference may be accessed via the Internet at www.acquisition.gov.





In accordance with FAR 15.306(a), it is the government’s intent to make award without discussions.




Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR MSARNG DO NOT DELETE 144 MILITARY DRIVE
  • FLOWOOD , MS 39232-8861
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 14, 2023 10:14 am CDTCombined Synopsis/Solicitation (Original)

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 >