IDIQ NYANRG Mobile Dental Services
ID: W912PQ25QA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NR USPFO ACTIVITY NY ARNGLATHAM, NY, 12110-2224, USA

NAICS

Offices of Dentists (621210)

PSC

MEDICAL- DENTISTRY (Q503)
Timeline
    Description

    The Department of Defense, specifically the New York Army National Guard (NYARNG), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide mobile dental services from April 1, 2025, through March 31, 2030. The contractor will be responsible for delivering comprehensive dental services, including exams, treatments, and maintaining medical readiness for military personnel, while adhering to federal regulations and ensuring the use of licensed professionals and compliant equipment. This initiative is crucial for enhancing dental health service delivery within the military community and supports the federal commitment to women-owned small businesses. Interested parties should contact Andrew Emrich at andrew.e.emrich.civ@army.mil or Melissa Santoro at melissa.santoro2.civ@mail.mil for further details, with a total contract ceiling of $7.4 million and proposals due as specified in the solicitation documents.

    Files
    Title
    Posted
    The NG Agency Protest Program is designed to provide an alternative dispute resolution mechanism for addressing concerns regarding contract awards with the National Guard, rather than escalating protests to the Government Accountability Office (GAO). The program mandates that any protest is lodged within periods specified in FAR 33.103, with resolutions aimed to be completed within 35 calendar days. Parties may file protests with either the Contracting Officer or the NG Agency's Protest Decision Authority, but not both. All protests should be directed to the appropriate address provided, and additional protest information is accessible through designated online resources. This initiative reflects a structured approach within federal procurement processes, promoting resolution while ensuring compliance with established rules and timelines related to RFPs, grants, and contracting activities.
    The Pricing Sheet outlines the estimated costs for a service contract over a five-year period, focusing on both full-day and half-day service pricing. It specifies that for evaluation purposes, bidders must provide their pricing: $____ for a full day and $____ for a half day. The calculations indicate an expectation of 160 full days and 80 half days of service across the contract’s duration. The document's primary function is to standardize pricing for evaluation in response to government RFPs, facilitating comparison and assessment of bids. This structured pricing approach is common in federal grants and state/local RFPs, ensuring transparency and compatibility among proposals for effective procurement decisions.
    The Performance Work Statement (PWS) outlines requirements for Mobile Dental Services supporting Individual Medical Readiness (IMR) for the New York Army National Guard (NYARNG). The contractor must provide comprehensive dental services including exams, treatments, database entries, and quality control while adhering to regulations such as HIPAA and OSHA. The contract spans five years and mandates the use of properly licensed personnel, equipment meeting specific health standards, and robust security measures for facility access. Key responsibilities include conducting annual dental screenings, maintaining accurate records in the DENCLASS database, and ensuring adequate staffing levels of dentists and support staff. Performance sites mainly include Camp Smith Training Site, with potential operations at several other National Guard locations. The contractor must implement a Quality Control Program and a Quality Assurance Surveillance Plan to ensure compliance with performance standards. The PWS highlights the critical role of dental readiness in military deployments, establishing clear guidelines for service delivery, staffing qualifications, and operational protocols, thereby supporting the overall health mission of the NYARNG.
    The document outlines the Wage Determination No. 2015-5777 issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing minimum wage rates and fringe benefits for various occupations in Dutchess County, New York, effective through 2025. It specifies wage rates applicable to contracts awarded on specific dates, requiring at least $17.75 or $13.30 per hour, depending on the contract's commencement or renewal date. The document lists various occupations, including Administrative Support, Automotive Services, and Health Occupations, along with respective wage rates and fringe benefits. Additional details include information on paid sick leave under Executive Order 13706 and benefits such as health and welfare contributions, vacation, and holiday pay. It also describes the process for requesting additional classifications and wage rates not listed in the determination. This comprehensive wage determination ensures appropriate compensation for workers on government service contracts, highlighting the federal government's commitment to worker rights and fair pay.
    The document outlines the solicitation for Mobile Dental Services under the Women-Owned Small Business (WOSB) category, specifically aimed at providing dental services for the New York Army National Guard (NYANG) from April 1, 2025, through March 31, 2030. The solicitation includes a request for proposals (RFP), detailing the scope of work and requirements as dictated by the attached Performance Work Statement (PWS) and associated wage determinations. The contract is structured as a firm-fixed-price agreement over multiple years, estimating the need for approximately 48 full and half days of service annually. Proposals must meet various federal guidelines, including demonstrating the company's registration with the New York Secretary of State and adherence to small business subcontracting plans. The document specifies inspection and acceptance criteria, delivery schedules, and essential contract clauses that include compliance with federal acquisition regulations. The overall purpose is to enhance dental health service delivery to the military community while supporting women-owned small businesses.
    The document outlines the requirements for a Special Indefinite Delivery Indefinite Quantity (IDIQ) Contract aimed at providing mobile dental services to the New York Army National Guard (NYARNG). The contract encompasses a five-year ordering period with a total ceiling of $7.4 million, where task orders range from $2,500 to $3 million. The contract mandates the issuance of task orders, with detailed procedures for minimum and maximum order limitations, evaluation of contractor performance, safety and insurance requirements, and compliance with federal regulations. It emphasizes the necessity for contractor liability insurance and adherence to security protocols while performing on military installations. Furthermore, the contractor must ensure proper scheduling of inspections, compliance with safety regulations, and regular progress communications with government representatives. The document stresses the importance of electronic invoicing and efficient administrative procedures while highlighting the potential for government-initiated performance if deemed necessary. This IDIQ Contract is structured to facilitate the streamlined provision of dental services while ensuring regulatory compliance and maintaining operational integrity within governmental standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PerioLase Laser Equipment Service, Maintenance and Training
    Buyer not available
    The Department of Defense, specifically the Army's Health Readiness Contracting Office, is seeking a contractor for the service, maintenance, and training of the PerioLase® MVP-7™ Nd: YAG Laser, which is crucial for enhancing capabilities within the Defense Health Agency's Dental Community of Practice. The contractor will be responsible for comprehensive equipment service, including both corrective and preventive maintenance, over a five-year period from July 1, 2025, to June 30, 2030, with an estimated budget of approximately $324,580.94 for the base year. Interested parties must demonstrate their qualifications, including certification from Millennium Dental Technologies, and submit their interest by March 11, 2025. For further inquiries, potential bidders can contact Mario Corpening at 210-665-2877 or via email at mario.m.corpening.civ@health.mil.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Integrated Design Build Initial Outfitting (iDBIO) Multiple Award Task Order (MATOC) 6.0 Design Build (DB) Construction in Support of Defense Health Agency (DHA)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Integrated Design-Build Initial Outfitting (iDBIO) construction services in support of the Defense Health Agency's (DHA) healthcare facilities modernization program. This initiative aims to renovate and construct healthcare facilities, including hospitals and clinics, with an estimated contract value of $2.5 billion over seven years, encompassing task orders ranging from $2 million to $90 million. The government encourages participation from small businesses, including those classified as 8(a), HUBZone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses, to ensure adequate competition. Interested contractors must register in the System for Award Management (SAM) and submit their capabilities by March 4, 2025, with the official solicitation expected to be issued around December 2025. For further inquiries, contact Terry Shaw at terry.l.shaw@usace.army.mil or Marcus D. Mitchell at marcus.d.mitchell@usace.army.mil.
    P-7889 DENTAL CLINIC REPLACEMENT, MARINE CORPS RECRUIT DEPOT PARRIS ISLAND, SC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of a replacement Dental Clinic at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves the demolition of existing structures and the construction of a new two-story facility designed to provide comprehensive dental care for recruits and active-duty personnel, incorporating modern utilities, backup power, and compliance with safety and environmental standards. The initiative underscores the importance of enhancing military healthcare infrastructure while ensuring adherence to federal guidelines, with a minimum requirement of 20% participation from small businesses in the contracting process. Interested contractors must submit their proposals by April 14, 2025, and are encouraged to contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil for further inquiries.
    G1 - Non Clinical Case Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Non-Clinical Case Management Services to support the Wyoming Army National Guard under contract W912L3-25-R-A002. The primary objective of this procurement is to enhance medical readiness by managing and tracking Soldier Treatment Records and ensuring compliance with various electronic health systems. This contract, valued at $12,500,000, is set to commence on April 1, 2025, and run through March 31, 2026, with options for extension. Interested small businesses are encouraged to submit their proposals, which must include a technical proposal, pricing, and past performance information, by the specified deadlines, and can direct inquiries to Benjamin Taylor at benjamin.c.taylor10.mil@army.mil or Chelby Rush at CHELBY.K.RUSH.MIL@ARMY.MIL.
    6520--Dental 3D Printing System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Dental 3D Printing System under solicitation number 36C25725Q0357, aimed at enhancing dental service capabilities at the El Paso Veterans Administration Health Care System. The procurement includes the supply of a medical-grade 3D printer, installation, training for dental staff, and a one-year warranty for the equipment and services, all intended to improve the productivity of dental labs by facilitating the creation of dental items such as crowns and diagnostic materials. Interested vendors must submit their proposals by March 5, 2025, at 8 AM Central Time, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281. This opportunity emphasizes the VA's commitment to advancing patient care through innovative technology while adhering to federal procurement regulations.
    MOD #001 - One (1) Dental Provider - Santa Fe Indian Health Center - Outlying Clinics
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking a qualified dental provider for the Santa Fe Indian Health Center and its outlying clinics. The procurement involves a firm-fixed-price contract for one dental provider, covering a base year with four optional renewal years, aimed at delivering comprehensive dental services including examinations and restorative procedures. This opportunity is critical for ensuring quality healthcare services to Indian populations, aligning with the IHS's mission to enhance health outcomes in tribal communities. Interested contractors must comply with the Buy Indian Act, self-certify their status as an Indian Economic Enterprise, and adhere to stringent background check requirements. For further details, potential bidders can contact Patricia P Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Solicitation_75H70725Q00052-Dental Laboratory Service
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for dental laboratory services under Solicitation No. 75H70725Q00052, specifically targeting the Zuni Comprehensive Community Health Center in New Mexico. The contract, which is set aside for small businesses under the SBA guidelines, requires vendors to provide a range of dental prostheses with a two-week turnaround, ensuring compliance with health regulations and effective communication with dental staff. This opportunity is crucial for enhancing dental care services for Indigenous communities, with a firm fixed price contract structure that includes a base period and four optional renewal periods. Interested contractors must submit their technical proposals, past performance information, price proposals, and Indian Economic Enterprise representations by the specified deadlines, and can contact Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or 505-256-6768 for further details.
    Occupational Health Exams
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide annual occupational health examinations for technicians of the Washington National Guard. The contract, with a total award amount of $18,000,000, aims to ensure the health and safety of approximately 90 technicians exposed to workplace hazards, particularly in aviation and equipment maintenance fields. This procurement is critical for maintaining compliance with federal health regulations and ensuring the well-being of National Guard employees. Interested parties should contact Dennis Jutras at dennis.k.jutras.civ@army.mil or call 509-532-2874, with the performance period set from June 1, 2025, to March 31, 2026, and options to extend through March 2030.
    Interior/Exterior Painting of Garrison Buildings
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the interior and exterior painting of Garrison Buildings at the United States Army Garrison and the United States Military Academy in West Point, New York. This procurement involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a budget range of $10 million to $25 million over a five-year period, including a base year and four option years, specifically set aside for 8(a) contractors to promote small business participation. The project requires contractors to provide all necessary labor, materials, and equipment, with key tasks including surface preparation, painting, and compliance with safety and environmental standards. Interested contractors must submit sealed bids by March 11, 2025, at 3:00 PM EST, and can direct inquiries to Lakenia M. Brown at lakenia.m.brown.civ@army.mil or by phone at 520-687-8138.