SOLICITATION NOTICE
65 -- Dental Prosthesis Computer-aided Design/Manufacturing System - J&A Redacted
- Notice Date
- 8/19/2015
- Notice Type
- Presolicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264515RCES046
- Point of Contact
- Andrew A. Hampton, Phone: 3016193115
- E-Mail Address
-
andrew.a.hampton3.civ@mail.mil
(andrew.a.hampton3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval for this requirement. DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(2)) with Imagine Milling Technologies, 14225 Sullyfield Cir, Chantilly VA 20151, as the only responsible source that can provide a dental prosthesis computer-aided design/manufacturing systems. The requirement for the dental prosthesis computer-aided design/manufacturing system is for several Navy Dental Facilities. The system shall include a dental prosthesis computer-aided design/manufacturing (CAD/CAM) unit. The system shall include a dental contact scanner and a dental light scanner. The contact scanner shall be able to capture positional data and angulation data for dental implants. The contact scanner shall have an accuracy of 20 microns. The contact scanner shall be capable of scanning for multi-unit implant frameworks. The system shall include a scanner that can simultaneously scan upper arch, lower arch and die. The light scanner shall be able to quickly scan multi-unit implant frameworks and create 3-dimensional digital images. The light scanner shall also be capable of impression scanning. The light scanner shall be able to scan full size articulators. The light scanner shall use calibrated articulator scanning The system shall include a dental implant milling unit. The milling unit shall be capable of dry and wet milling. The milling unit shall be capable of milling via 5 axes. The milling unit shall be able to mill all dental implant materials, including titanium, cobalt chromium (CoCr), zirconium oxide, aluminum oxide, glass ceramics, Poly(methyl methacrylate) (PMMA) and resins. The milling unit shall be capable of automatically switching diamond and carbide milling tools for up to 14 tools. The milling unit shall be able to wet mill glass ceramics, titanium and CoCr. The milling unit shall include a starter set of milling tools The system shall include an open source solution that allows for data to be transmitted between all subcomponents. The system shall include all necessary software for transferring images from acquisition scanning units to the milling units. The system software shall allow for output of implant interfaces in designed restorations. The system shall be able to provide and apply manufacturing protocols for dental implants including crowns, bridges, copings, abutments, abutment bars, inlays and onlays. The system shall have a preloaded template library of common dental implants connections including, but not limited to: standard and external hex; 3.25mm, 3.4mm, 4.1mm, 4.3mm, 5.0mm,and 6.0mm; engaging and non-engaging. The system shall be capable of designing and manufacturing multiple-implant prostheses. The system shall be capable of manufacturing multiple-implant prostheses with a tolerance no more than 20 microns. These tolerances must be acceptable for the 20 different implant connections utilized by the government. The requirement includes installation, calibration, and on-site training. The equipment shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The equipment shall be installed in compliance with OSHA requirements. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Based on the above information, the only technically acceptable system is provided by Imagine Milling Technologies. This acquisition is being conducted under FAR Part 12 and 13. Provisions and clauses in effect through Federal Acquisition Circular 2005-83 are incorporated. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339114 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements (formats for submission: PDF, MS Word, or MS Excel) should be sent to Andrew Hampton at andrew.a.hampton3.civ@mail.mil. Closing date for capability statements is no later than 3:00 PM EST on 03 Sep 2015. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264515RCES046/listing.html)
- Record
- SN03846839-W 20150821/150820000609-46b9eda9472df7cd3cec7413edf0f0a2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |