Sources Sought Notice Fixed Dental Prosthetics Notice Type: Sources Sought NAICS Code: 339116 Dental Laboratories PSC Code: 6520 Dental Instruments, Equipment and Supplies Introduction: This is a Sources Sought Notice issued solely for market research and planning purposes. It does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), nor does it guarantee a future solicitation or contract award. The Department of Veterans Affairs (VA) is seeking qualified sources that can provide Fixed Dental Prosthetics that can meet the Government s minimum technical requirements. Statement of Work for Removable Dental Prosthetics Background: The Dental Clinic requires a contractor to provide all supplies, labor, supervision, tools and equipment to fabricate, repair, and supply Fixed Dental Prosthetics on an as needed basis for a patient population requiring extensive Prosthodontic care. The purpose of this acquisition is to ensure availability and consistency of the requested services for facility. Procurement of fixed dental prostheses (e.g., crowns, bridges, other fixed prosthetics) requiring custom fabrication and shade matching for dental patients receiving care at the Milwaukee VAMC. Objective: The purpose of this acquisition is to ensure availability and consistency of the requested services for facility use through a service contract for the duration of the ordering period. Scope & Requirements: Services for fixed dental prosthetics will include but are not limited to the following: Gold crowns and bridges Ceramic crowns and bridges Cast post and cores Porcelain fused to metal crowns and bridges Temporary crowns Diagnostic wax-up Implant abutments Maryland bridges abutment wings Precision attachment Porcelain repair Acrylic tray Bleaching tray The contractor will possess ARTEX and SAM articulator systems calibrated to the articulators at the Milwaukee VAMC Dental Clinic to eliminate shipping of articulators to the contractor and back. Resin copings for centric relation Quality porcelain systems such as IPS Empress, Procera, Captek and Belle-Glass (or equivalent) Die trimming under stereo microscope Able to provide full mouth rehabilitation of 20-28 units using o Gold Porcelain-fused-to-metal (PFM) Porcelain-fused-to-Zirconia (PFZ) Turnaround times for completion: Turn-around time required for each type of fabrication or repair from receipt at lab until back at the Milwaukee VAMC shall be within the time frames listed below. In case of longer turn-around times, the Contracting Officer s Representative (COR) must be made aware of the delay before the maximum number of days has expired. Crown & Bridge: 5 to 10 business days Cast Frames: 5 to 10 business day Rework & Warranty: The contractor will provide items that meet the esthetic and functional requirements of the patient. The contractor will, at no additional expense to the VA, remake all dental items that are deemed incorrect or flawed due to contractor error. For example: If a crown does not fit the die, it will be considered flawed and unacceptable. The crown will be remade at no additional expense to the VA. If the crown fits the die, but not on the patient s tooth, it will be considered a flawed action of the government, and the remake will be at the VA s expense. Porcelain will be considered flawed if the porcelain shatters within twelve months of fabrication and remade at the contractor s expense. Ordering: An order is defined as one prescription or script sent to the vendor via phone. The dentist or a representative will follow up with the phone order with an email. Only Milwaukee VAMC dentists are authorized to order from this contract and therefore have been delegated ordering authority. Upon award, the Milwaukee VAMC will provide the contractor with a list of current dentists. Milwaukee VAMC dentists will provide a legible dental prescription to the contractor. The contractor shall follow the Milwaukee VAMC dentists prescription instructions on the type of dental fabrication or repair that is necessary. If a prescription is not legible or clearly understood, the contractor must contact the VAMC dentist who wrote the prescription for clarification within 48 hours of receiving the prescription. The contractor may work collaboratively with and provide recommendations to Milwaukee VAMC dentists, at no additional cost to the VA, on options that would work better than what was initially prescribed. However, final approval of prescriptions and changes shall reside with the Milwaukee VA dentists. The contractor will be required to pour all secondary impressions, some of which will require boxing of the impression and the use of vacuum pouring done by the lab. Contractor will use procedures, techniques, and current technology which are industry standards in the performance of this contract. Contractor will follow all rules and regulations set by the FDA, the State of Wisconsin, and any other regulatory body. It is solely the responsibility of the Contractor to ensure that all rules, laws, regulations, etc. are adhered to in the performance of this contract. The services to be performed by the contractor will be performed in accordance with dental laboratory industry standards practice and the National Association of Dental Laboratories (NADL) or similar certification or accreditation body. Contractor shall only use Noble Metal PFM and not Base Metal PFM in the performance of this contract. Deliverables or Deliver Schedule: The contractor will have the option to either pick up and deliver cases to the Milwaukee VAMC or to have them shipped to and from the Milwaukee VAMC. Pick-ups and deliveries must be made between the hours of 8:00am and 4:30pm and at no additional cost to the VA. If the contractor chooses shipping to and from the Milwaukee VAMC, packaging & shipping costs must be included in the cost per line item. The contractor will not be allowed to invoice for shipping costs as a separate line item. Cases shipped to and from the contractor should be packaged according to the following guidelines: Remove dies from models, wrap in foam rubber, and place in plastic containers Wrap all components individually in bubble wrap and secure Pack items securely in shipping box with sufficient bubble wrap to avoid movement during shipment Identify the specific type of tooth and/metal used in each prosthesis with the shipment All completed cases will be disinfected and returned to the Dental Clinic via Next Day Shipment at the contractor s expense Invoices: The contractor will invoice Milwaukee VA monthly in accordance with 852.232-72. Monthly invoices shall be itemized by prescription and date. Invoices shall make clear the date item was ordered, date the item was shipped, and include the description of the item. Period of Performance: The ordering period for the base year shall begin on 01/01/2026 and shall end on 12/31/2026. During the one-year ordering period, the ordering ceiling shall be set prior to award, and the contractor shall not exceed that value. Any order done over that dollar value may not be reimbursed. Only upon receiving a modification or a notice to proceed shall the Contractor continue to provide these services to the Milwaukee VAMC. Evaluation Factors Removable Dental Prosthetics FACTOR 1 GEOGRAPHIC ACCESSABILITY Laboratory must be able to be within 45 miles of the Clement J. Zablocki VA Medical Center (5000 W. National Avenue, Milwaukee, WI 53295) to allow dental Veteran patients to present to the dental laboratory for custom dental prosthetic shade matching. This accessibility will mitigate hardship upon Veterans in the delivery of quality care outcomes. The laboratory will possess articulators calibrated to the articulators at the Milwaukee VAMC to eliminate shipping of articulators to the contractor and back. The laboratory shall be able to facilitate calibration of articulators as needed within a 48-hour time frame when provided on pick up from the VA dental lab. Dental laboratory must be registered in CEREC-Connect for direct STL file transfer of intraoral scans. Dental laboratory must be registered in Medit Link to allow for direct STL file transfer of intraoral scans from Medit i500 intraoral scanner. FACTOR 2 TIME BOUND FACTORS Turn-around time required for each type of fabrication or repair from receipt at lab until back at the Milwaukee VAMC shall be within the time frames listed below. In case of longer turn-around times, the Contracting Officer s Representative (COR) must be made aware of the delay before the maximum number of days has expired. Same day pick-up on call from Dental Clinic for casting and finishing of custom cast post and core (directly fabricated) with a 1-2 business days return Crown & Bridge: 5 to 10 business days Cast Frames: 5 to 10 business days Repairs: Same day- 1 business day Laboratory must have ability to accommodate same-day pick up and receive polyether and polyvinyl siloxane impressions and have models poured within 24-hour time frame to avoid distortion and accuracy of final prosthesis. FACTOR 3 PAST PERFORMANCE (Rated as ACCEPTABLE or UNACCEPTABLE) If the Contracting Officer deems it necessary, (per D&F), Vendors, must provide evidence of their relevant experience performing the work described. Identify Federal, State, and Local Government and private contracts that are similar in scope and size. References should include no more than three (3) references of on-going contracts or those completed within the last three (3) years. Include information that depicts contract compliance, financial stability and efficiency, and customer satisfaction. The list of references should include the following at a minimum: Name of Reference/Business and the Contract Number Contact person name and phone number and email address Services for removable dental prosthetics will include but are not limited to the following: Gold crowns and bridges Ceramic crowns and bridges Cast post and cores Porcelain fused to metal crowns and bridges Model, Die and Articulate Temporary crowns Diagnostic wax-up Implant abutments Maryland bridges with nonprecious metal abutment wings Precision attachments Porcelain repair Acrylic tray Bleaching tray Laser welding Digital design of cases Printing of scanned data to fabricate prostheses or models In person custom staining for exact shade matching In office Implant photogrammetry Carbon printing for different prostheses or models Stackable guides for guided implant surgeries Milling full arch zirconia prostheses Milling of Ivotion PMMA dentures Press EMAX Screw and cement retained implant crowns and fixed dental prostheses FACTOR 4 QUALITY FACTORS Cases shipped to and from the contractor should be packaged according to the following guidelines: Remove dies from models, wrap in foam rubber, and place in plastic containers Wrap all components individually in bubble wrap and secure Pack items securely in shipping box with sufficient bubble wrap to avoid movement during shipment Identify the specific type of tooth and/metal used in each prosthesis with the shipment All completed cases will be disinfected and returned to the Dental Clinic via Next Day Shipment at the contractor s expense The contractor will possess Artex and Panadent articulators calibrated to the articulators at the Milwaukee VAMC to eliminate shipping of articulators to the contractor and back. Acceptable supplies for fixed prosthodontics include: Type 3 gold High noble and noble metals Quality porcelain systems such as IPS Empress, Procera, Captek and Belle-Glass (or equivalent) MiYo for staining of porcelain Ivoclar zirconia pucks Contractor shall only use Noble Metal PFM and not Base Metal PFM in the performance of this contract. The services to be performed by the contractor will be performed in accordance with dental laboratory industry standards practice and the National Association of Dental Laboratories (NADL) or similar certification or accreditation body. Contractor must obtain all necessary licenses and/or permits regarding the construction and laboratory work to construct dentures. Submission Instructions: Interested vendors must submit the following information via email to Erica Grimslid at Erica.Grimslid@va.gov no later than November 21, 2025, at 5:00 PM EST: Company name, address, and DUNS/UEI number Business size and socio-economic status (e.g., SDVOSB, VOSB, WOSB, etc.) Product brochure or technical documentation showing how the proposed item meets or exceeds the salient characteristics Past performance or experience providing similar systems GSA/FSS contract number (if applicable) Disclaimer: This notice is for informational purposes only and does not obligate the Government to issue a solicitation or award a contract. The Government will not reimburse any costs associated with responding to this notice. Responses will be used solely to determine the availability of qualified sources.