Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

65 -- Carestream Panoramic Imaging (Notice of intent to perform oral solicitation) - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018AP0605
 
Response Due
8/20/2018
 
Archive Date
8/30/2018
 
Point of Contact
Gregory Watson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for a Panoramic Dental Imaging machine will be set-aside for SDVOSB s. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 5 PM PST Monday August 20 2018. This solicitation will be performed Tuesday August 21th 2018. This will be a brand name or equal to solicitation to the following Items Manufactured by Carestream: QTY Part number Description 2 EA 1749175 CS 9300 PREMIUM (110V) BUNDLE 2 EA MANUAL Shipping Address: Seattle VA Medical Center Puget Sound Health Care System Warehouse 90D 1660 S. Columbian Way Seattle, WA 98108 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Must meet minimum salient characteristics to be technically acceptable: Dental Services of Seattle & American Lake divisions of PSHCS (663) request a panoramic imaging system commonly referred to as a cone beam CT. Cone beam CT produces images at a much smaller radiation dose than conventional CT. This imaging system must include Cone beam CT, panoramic and temporal bone, sinus and dental capabilities. Require: Adjustable Field of view 5x5cm to 17x13.5cm Will have both panoramic and CBCT imaging capabilities Capabilities must include sinus, temporal bone, implantology, endodontic, periodontics and orthodontic evaluations Needs to include reporting formats Would prefer some preset programs to minimize setup Scan in both continuous and pulse mode CBCT scanning from 12-20 seconds, 28 seconds in pulse mode Slice thickness (resolution) needs to be.09mm up to.5mm (contiguous, no overlap reconstruction) Focal spot size should be.5mm Voxel shape needs to be isotropic and same in all three dimensions Will have variable collimation Initial reconstruction time should be no longer than 90 seconds (1.5 minutes) This imaging machine will have DiCOM capabilities which we will be using Tube voltage is typically 60-90kV Tube current is typically 1-15mA Input voltage needs to be 230/240 V, 60Hz Typical weight parameters are approximately 350 pounds up to 440 pounds with options This machine will be 45.5 x 62.8 inches to fit in our rooms Machine will have open design to accommodate patients of all sizes and be wheelchair accessible 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. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (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. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018AP0605/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018P3431 36C26018P3431_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547679&FileName=-14663.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547679&FileName=-14663.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Seattle VA Medical Center;Warehouse 90D;1660 S. Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN05040195-W 20180818/180816231116-7fa1143baa6af839c06994a7bb1b698d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.