SOLICITATION NOTICE
65 -- Sirona Dental Equipment OR EQUAL - Package #1
- Notice Date
- 8/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-15-T-0026
- Archive Date
- 11/10/2015
- Point of Contact
- Yvette M. Daltorio, Phone: 774-551-6720, Kevin J. Parker, Phone: 508-233-6175
- E-Mail Address
-
yvette.m.daltorio.ctr@mail.mil, kevin.j.parker3.civ@mail.mil
(yvette.m.daltorio.ctr@mail.mil, kevin.j.parker3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sirona Dental Susutainment Technical Specification Requirement Listing (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, number W911QY-15-T-0026, is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) The associated North American Industrial Classification System (NAICS) code for this acquisition is 339114 with a small business size standard of 500 employees. (v) ACC-APG, Natick Contracting Division requires the following Sirona Dental OR EQUAL products: CLIN 0001 - CEREC AC with Omnicam (Item Number 6402528); CONUS & OCONUS Delivery; 10 EA CLIN 0002 - CEREC MC XL Practice Lab (Premium Package) (Item Number 6423524); CONUS & OCONUS Delivery; 4 EA CLIN 0003 - Milling Unit MC (Item Number 6418060) CONUS Delivery; 1 EA CLIN 0004 - Milling Unit MC X (Item Number 6428481) CONUS Delivery; 1 EA CLIN 0005 - CEREC MC XL Premium Package (Item Number 6423524); CONUS & OCONUS Delivery; 19 EA CLIN 0006 - CEREC 3D On-Site Training (Item Number 6149871); CONUS Delivery; 10 EA CLIN 0007 - CEREC 3D International Training (Item Number 6149889); OCONUS Delivery; 2 EA CLIN 0008 - MC XL Cabinet w/ Locking Drawers-v2013 (6149376) (Item Number 6286541) CONUS & OCONUS Delivery; 8 EA CLIN 0009 - OptiSpray 50 ml 12 pack (50 nozzles) (Item Number 6149681); CONUS Delivery; 1 EA CLIN 0010 - INEOS X5 PKG (Scanner,PC + Monitor) (Item Number 100003966); CONUS & OCONUS Delivery; 4 EA CLIN 0011 - inLab MC -X5 5 Axis Milling unit (Item Number 100005132) CONUS Delivery; 2 EA CLIN 0012 - Milling Activation Voucher (Unlimited Millings) (6311745) (6363803) OCONUS Delivery; 1 EA CLIN 0013 - inLab In-House Training (Item Number 6149632) CONUS Delivery; 1 EA CLIN 0014 - inLab On-Site Training (Item Number 6149640) CONUS; 3 EA CLIN 0015 - inLab International Training (Item Number 6149657) OCONUS Delivery; 1 EA CLIN 0016 - MC XL Cabinet W/ Locking Drawers- v 2013 (Item Number 6286541) OCONUS Delivery; 1 EA CLIN 0017 - inFire HTC Super Speed Sintering Oven (NEM) (Item Number 6416213) CONUS; 4 EA CLIN 0018 CEREC Block Starter Sets (Item Number 6149590) CONUS Delivery; 8 CLIN 0019 - inFire Speed Sintering Oven (Item Number 6401454) CONUS Delivery; 1 EA CLIN 0020 - CEREC Omnicam Tier # 4 (Item Number 6286491) CONUS & OCONUS Delivery; 12 EA CLIN 0021 - CEREC Omnicam Tier # 5 (Item Number 6286509) CONUS Delivery; 6 EA CLIN 0022 - inLab MC XL US (6150846) (Item Number 100003517) OCONUS Delivery; 1EA CLIN 0023 - inLab MC -X5 5 Axis Milling unit Trade up (Item Number 100003517 TR) CONUS Delivery; 3 EA CLIN 0024 - inFire Super Speed NEM (Item Number 6416213) CONUS Delivery; 1 EA CLIN 0025 - inEos X-5 Trade Package (Item Number 100004310) CONUS Delivery; 5 EA CLIN 0026 - CEREC 1 Day Training (International) (Item Number 100004343) OCONUS Delivery; 2 EA CLIN 0027 - International Shipping (Item Number 6286020) OCONUS Delivery; 6 EA CLIN 0028 - Air Technique A22 compressor (Item Number N/A) CONUS Delivery; 4 EA CLIN 0029 - Sirona Sustainment 2015-2016 (Item Number N/A) CONUS & OCONUS Delivery; 1 EA (See attached Sirona Dental Sustainment spreadsheet for details) Please refer to the attached Requirement Listing for specific delivery location detail. Please refer to attached Technical Specifications detail for the salient characteristics of the brand name that OR EQUAL products must meet or exceed. (vi) This requirement is for dental equipment as specified above. New Equipment ONLY; NO remanufactured or ‘gray market' items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. (vii) Delivery is required 30 days after contract award. Delivery is required at multiple CONUS and OCONUS locations, see attached Requirement Listing for detail (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to acquisition and is incorporated by reference into this RFQ. Quotations will be evaluated on the following factors: Technical Capability; Past Performance; Delivery capability and Price. The factors are listed in descending order of importance and the non-price factors are significantly more important than price. The Government intends to use a trade-off process to determine which quotation offers the best value; therefore vendors are cautioned that a contract may not necessarily be made to the lowest priced quotation. Offerors submitting quotations for OR EQUAL equipment/software without an existing Army Certificate of Networthiness (CON) are eligible for award. In accordance with Army Regulation AR 25-1 Chapter 6 Section II 6-8 Army Certificate of Networthiness (CON), a CON is required for actual performance under the contract. As such, offerors must obtain agency sponsorship for a CON post award within a reasonable time frame (Government anticipates 30-60 days from time of award to acquire sponsorship from U.S. Army Dental Command). NOTE: Vendor is responsible to submit required equipment for testing at no cost to the government. Equipment will be returned to vendor upon completion of testing at no cost to the Government. The inability of an offeror to obtain the required sponsorship and CON will result in the award being terminated for cause. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Jul 2014) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xii) The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference; 52.232-8, Discounts for Prompt Payment 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated By Reference EDIT 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-0001, Line Item Specific: Single Funding (Use -0007 for multiple funding lines) 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.225-7001, Buy American Act and Balance Of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation by Sea This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/farsite_alt.html (xiii) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xiv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.ctr@mail.mil. All quotations are due September 10, 2015 by 3:00EST. Quotations will only be accepted electronically via the email address provided above. Vendors submitting quotations for OR EQUAL products must provide the following information with their quotations; Manufacturer Name, Part Number, Product Description and Technical Specifications. Failure to provide this required information will result in vendors submission being deemed noncompliant and will not be considered for award. (xv) For information regarding this combined synopsis/solicitation, please contract; Yvette Daltorio, Acquisition Specialist Email: yvette.m.daltorio.ctr@mail.mil Tel: 774-551-6720
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a64a642cfd8d92cd451c6c50fab5e6d1)
- Place of Performance
- Address: Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN03858792-W 20150829/150827235449-a64a642cfd8d92cd451c6c50fab5e6d1 (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 |