DOCUMENT
65 -- PLANMECA DENTAL EQUIPMENT BRAND NAME - Attachment
- Notice Date
- 8/3/2018
- Notice Type
- Attachment
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;Philadelphia PA 19106
- ZIP Code
- 19106
- Solicitation Number
- 36C24418Q9495
- Response Due
- 8/8/2018
- Archive Date
- 8/23/2018
- Point of Contact
- Thomas A. Cossentino
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for PLANMECA DENTAL EQUIPMENT, BRAND NAME, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9495 and 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 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339114 code has a small business size standard of 750. (v) Contract Line Items (CLIN): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 5.00 EA __________________ __________________ ProX with Single Stud Mount and 80" arm LOCAL STOCK NUMBER: PROX-80 0002 5.00 EA __________________ __________________ Round Cone 30cm (12 in cone extension) LOCAL STOCK NUMBER: 0006001012 0003 5.00 EA __________________ __________________ ProX Dual Stud Plate with side covers LOCAL STOCK NUMBER: 0010031749-KB 0004 5.00 EA __________________ __________________ PLANMECA ProSensor HD Set with Sensor Size 2 for wall mounted ProX's LOCAL STOCK NUMBER: FE003793ETH-K 0005 1.00 EA __________________ __________________ PLANMECA ProSensor HD Size 1 with 3ft Cable LOCAL STOCK NUMBER: FE003796 0006 5.00 EA __________________ __________________ PLANMECA Intra Oral XRay with Digital Sensors Installation (includes physical installation of Planmeca equipment to prepared site based on pre-installation instructions provided) 0007 1.00 EA __________________ __________________ MID Pan w/3D Sensor & SP, no pan sensor (Includes 3D Imaging PC and RECO Server for 3D reconstruction not data storage (monitor not included), Planmeca Romexis (V4.6.1) 3D &2D Software with 5 concurre LOCAL STOCK NUMBER: PMMID-SP 0008 1.00 EA __________________ __________________ Planmeca CALM LOCAL STOCK NUMBER: FE004174 0009 1.00 EA __________________ __________________ DICOM Software License LOCAL STOCK NUMBER: FE000370 0010 1.00 EA __________________ __________________ PLANMECA 3D Installation (includeds calibration) 0011 1.00 EA __________________ __________________ Full Day Onsite Advanced Imaging Training w/CE credits GRAND TOTAL __________________ B.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 SHIP TO: SEE SOW 0.00 SEE SOW (vi) Products must be Brand Name in the following specifications: STATEMENT OF WORK 1. BACKGROUND 1.1 The Erie VA (562) is constructing a new Dental Clinic to provide a modern facility to better serve Veteran medical needs. This contract is for the purchase, delivery and installation of Planmeca name brand intraoral and 3D panoramic imaging equipment for 5 new dental operatories and panoramic exam room on the third floor of the new Dental Clinic site located at 135 East 38 Street, Erie PA, 16504. Imaging equipment shall be shipped directly to the site and shall be assembled per manufacturer recommendations during the designated dates. 2. REQUIREMENTS 2.1 Provide Planmeca name brand dental imaging equipment, hardware, software, installation, set up and in depth staff training. All equipment shall be installed without modification to the existing structure or utilities. The contractor is responsible for supplying all, hardware, software, labor, tools and supplies to install imaging equipment. All equipment and hardware shall be installed to manufacturer specifications and shall have a warranty. There shall be no charge for on-site support for the first six months after purchase. Site specific installation drawings to include make and model of equipment are required to the VA within two (2) weeks of contract award. The C&A requirements do not apply and a Security Accreditation Package is not required. 1. PMMID SP MID Pan w/ 3D Sensor & SP, no pan sensor. (Includes 3D Imaging PC and RECO Server for 3D reconstruction not data storage (monitor not included), Planmeca Romexis (V4.6.1) 3D &2D Software with 5 concurrent user licenses, and Romexis Implant Library) 1 EA 2. FE004174 PlanMeca CALM 1 EA 2. FE000370 DICOM Software License 1 EA 4. INSTALL3D PLANMECA 3D Installation and calibration 1 EA 5. ONSITE TRAINING Full day of onsite Advanced Imaging Training w/CE credits 1 EA 6. PROX-80 ProX with Single Stud Mount and 80 arm 5 EA 7. 0006001012 Round Cone 30cm (12 in cone extension) 5 EA 8. 0010031749-KB ProX Dual Stud Plate with side covers for the wall mounted ProX's, 5EA 9. FE003793ETH-K PLANMECA ProSensor Set with Sensor Size 2 to include Romexis 2D Site Licenses 5 EA 10. FE003796 PLANMECA ProSensor HD Size 1 with 3ft Cable 1 EA 11. INSTALLATION PLANMECA Intra Oral X-ray with Digital Sensors Ins, includes physical installation of Planmeca equipment to prepared site based on pre-installation instructions provided. 5 EA 3. WARRANTY The warranty provided by Planmeca will be as follows: ProMax 3D MID: 5 years machine 3 years 3D Sensor ProX: 2 years ProSensor HD: 3 years Reconstruction Computer: 2 years Imaging PC: 1 year from Dell Power Conditioner: 5 years 4. EQUIPMENT SET UP 4.1 The contractor shall provide all labor, equipment, tools, materials, and other items necessary to deliver and install the equipment and materials listed in the SOW. 4.2 All equipment shall be installed without modifications to the existing structure or utilities. 4.3 TEST AND ACCEPTANCE: Contractor shall test all equipment after installation to confirm proper operation. The VA shall accept equipment once installation and successful testing has been completed and approved. 4.4 Standard work hours are Monday Friday, 7:00 AM 3:30 PM 5. SECURITY INCIDENT INVESTIGATION Upon discovery of any known or suspected security/privacy incidents or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access, the contractor/subcontractor shall immediately and simultaneously notify the assigned VA point of contact, who in turn will notify the Information Security Officer and Privacy Officer. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. 6. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. § 5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/ subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. b. Based on the determinations of an independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: 1) Notification; 2) One year of credit monitoring services consisting of automatic daily monitoring of at least three (3) relevant credit bureau reports; 3) Data breach analysis; 4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; 5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and 6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 7. SECURITY AND PRIVACY TRAINING Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis either: (i) the VA security/privacy awareness training (contains VA security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA s requirements, they will provide the COR or CO a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in VA s contact have received their annual security/privacy training that meets VA s requirements and the total number of employees trained. Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on an annual basis an acknowledgment that they have read, understand, and agree to abide by VA s Contractor Rules of Behavior which is attached to this contract (Appendix D). Note: If a medical device vendor anticipates that the services under the contractor will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems. 8. DELIVERY: Equipment delivery shall be coordinated with a provided VA point of contact for an anticipated installation date of January 1, 2019. However, installation date may change since it is dependent upon construction progress. All items must be shipped FOB Destination to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504 Monday Friday from 8:00am 3:30pm (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (ix) Evaluation of this requirement will be based on PRICE and TECHNICAL ACCEPTABILITY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to thomas.cossentino@va.gov and received no later than NOON EST on 8/8/2018 Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Thomas Cossentino at thomas.cossentino@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9495/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9495 36C24418Q9495_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524637&FileName=36C24418Q9495-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524637&FileName=36C24418Q9495-000.docx
- File Name: 36C24418Q9495 DENTAL X RAYS_Redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524638&FileName=36C24418Q9495-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524638&FileName=36C24418Q9495-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9495 36C24418Q9495_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4524637&FileName=36C24418Q9495-000.docx)
- Place of Performance
- Address: Erie VA Medical Center;135 E. 38th Street;Erie, PA
- Zip Code: 16504-1559
- Zip Code: 16504-1559
- Record
- SN05020733-W 20180805/180803231147-f9d796af0d84f50fb6e4da25754e9fe8 (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 |