SOURCES SOUGHT
65 -- Lincoln Activation Dental Chairs and Equipment
- Notice Date
- 6/16/2020 9:39:08 AM
- Notice Type
- Sources Sought
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36A77620Q0335
- Response Due
- 6/30/2020 10:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Rachael E Avery, Contract Specialist, Phone: 216-447-8300
- E-Mail Address
-
rachael.avery@va.gov
(rachael.avery@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Veterans Health Administration Office of Informatics and Analytics June 30, 2020 Sources Sought Notice Package # 002 Dental Chairs and Equipment RFI ECMS ACTION NUMBER 36E776-20-Q-0335 The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires: Dental Chairs and Equipment. The Program Contracting Activity Central (PCAC), National Activations Office (NAO) intends to issue a solicitation for Dental Chairs and Casework, using the brand specified as a basis and not a requirement. The construction and locations of all utility hook-ups are based on the brand specified in the attached documents. However, any brand that is equal in characteristics and would NOT require any modifications to the facility should respond to this notice. The NAICS code for this procurement is 339114 - Dental Equipment and Supplies Manufacturing and the Small Business Administration Size Standard is 750 employees. This notice of intent to is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any responsible source who believes it is capable of meeting the requirements may submit a quotation with manufacturer cut sheets, which may be considered by the agency, only if received by the closing date and time of this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Responses to this notice are due on or before Tuesday June 30, 2020 at 1:00 p.m. (Eastern) to this procurement s Contract Specialist, Rachael Avery, Rachael.avery@va.gov and the Contracting Officer Michelle Rhodes, at michelle.rhodes@va.gov. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131 Statement of Work LNK002 Dental Chairs and Instrumentation Lincoln Community Based Outpaitent Clinic (CBOC) Lincoln, NE 3/4/2020 PURPOSE The purpose of this requirement is to deliver and install fully functional Dental chairs and instrumentation as part of the initial outfitting of the newly constructed Lincoln CBOC located at 600 South 70th Street, Lincoln, NE 68510. SCOPE The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.5.1 Chair, Dental, Operating (JSN D3320) Item # 511 B Seamless Quantity: 8 Basis of Design: Adec Specification Salient Characteristics Dimensions (in as much as 1 ): Base height range; Low Point 13.5 High Point 31.5 Backrest: Ultra Thin 1 Armrest: 3 position Accessories Configuration Operations Power Supply 300 watt Foot switch control Hydrolic lift system Colors Base: White, Upholstry (TBD) 2.5.2 Delivery System, Dental Operating (JSN D8250-C) Item # 532 Radius Traditional Delivery System Quantity: 4 Basis of Design: Adec Specification Salient Characteristics Accessories Configuration Operations Color: White Product version B Tray Holder: Side Mount Foot switch control 1.5 Umbilical Right hand orientation Touchpad Plus Delux, Doctors Silicone handpiece tubing At position one: QD Syringe (Autoclaveable) At position two: 6-Pin tubing At postion three: 4-hole tubing At position four: EA-53 LED Electric Motor At position five: Satelec Newtron Slim Ultrasonic Model At position six: Satelec Mini LED Curing light MC-2.0 Control module Adec Power USB Hub High speed electric No High Speed Electric HP PKG Low speed electric No Low Speed Electric HP PKG High Speed Air No High Speed HP Air PKG Low Speed Air No Low Speed HP Air PKG 2 Liter Self Contained with Quick Disconnect Delivery Information On pallet blanket Wrap 2.5.3 Delivery System, Dental Operating (JSN D8250-C) Item # 532 Radius Traditional Delivery System Quantity: 4 Basis of Design: Adec Specification Salient Characteristics Accessories Configuration Operations Color: White Product version B Tray Holder: Side Mount Foot switch control 1.5 Umbilical Right hand orientation Touchpad Plus Delux, Doctors Silicone handpiece tubing At position one: QD Syringe (Autoclaveable) At position two: 6-Pin tubing At Postion three: 4-hole tubing At position four: EA-53 LED Electric Motor At Position five: Cavitron Steri-mate Ultrasonic At Position six: Satelec Mini LED Curing light MC-2.0 Control module Adec Power USB Hub High speed electric No High Speed Electric HP PKG Low speed electric No Low Speed Electric HP PKG High Speed Air No High Speed HP Air PKG Low Speed Air No Low Speed HP Air PKG 2 Liter Self Contained with Quick Disconnect Delivery Information On pallet blanket Wrap 2.5.4 Console Mount (JSN D8250-B) Item # 545 12 O Clock Assistant Instrument Quantity: 8 Basis of Design: Adec Specification Salient Characteristics Base: White Voltage: 120 Volt Mount: Adec Inspire 591 Work Surface Solid, Adjustible height Color TBD 22.5 diameter round work surface Tray Holder, Standard 120 Volt, 25 W Power Supply Holder, Instrument Assistant Touchpad, Standard QD Syringe Autoclavable HVE, 11mm Additional HVE Vacuum Tubing Style, Easy/Flex 2.5.5 Portable System (JSN U8250) Item # 3420 Pac 1 Quantity: 1 Basis of Design: Adec Specification Salient Characteristics 120 Volt Base: Surf Foot Control, Wet/Dry with Chip Blower Foot Control Length: 4 6 Foot Control Carrier Tool Kit Air Saliva Ejector with Tubing and Tip 1 Pint Glass Container 60 Wat 120 Volt Power Supply Quad Volt Intraoral Light Source Vinyl Handpiece Tubing At position 1, 4-hole tubing At position 2, 6-pin tubing At position 3, No tubing At position 4, Quick Disconnect Autoclavable Control System, Auto 3 Position Control, Additional Block Single Holder, Extra Cavitron LED Electric Motor Curling Light 2 Liter Self Contained with Quick Disconnect Air/Water Quick Disconnect Dimension (in as much as 1 ) 12 D x 27-38 H x 19 W Delivery Information Boxed, Standard 2.5.6 Cascade Cart (JSN D8250-D ) Item # 2615 Cascade Assist Cart Quantity: 1 Basis of Design: Adec Specification Salient Characteristics 120 Volts Color: Surg HVE, Single Work Surface Color (will be done at Award) Gibraltor, Price Instrument Holder, Assistant Quick Disconnect, Autoclavable HVE, additional Stainless Floor Box, Large Delivery Information Pallet, Blanket Wrap 2.5. Monitor, Wall Mount (JSN D6151) Item # 585 Wall Mount Quantity: 9 Basis of Design: Adec Specification Salient Characteristics Color: White Mount, Wall Delivery Information Pallet, Blanket Wrap 2.5.8 Stool, Standard (JSN D3380 ) Item # 521 Stool, Standard Quantity: 9 Basis of Design: Adec Specification Salient Characteristics Base Color: White Cylinder, Short Caster, Tile Upholstery, Sewn Upholstery (will be done at Award) Delivery Information Pallet, Blanket Wrap 2.5.8 Stool, Tall (JSN D3380-A ) Item # 521 Stool, Tall Quantity: 4 Basis of Design: Adec Specification Salient Characteristics Base Color: White Cylinder, Tall Caster, Tile Upholstery, Sewn Upholstery (will be done at Award) Delivery Information Pallet, Blanket Wrap 2.5.9 Stool, Assistant (JSN D3390 ) Item # 522 Stool, Assistant Quantity: 10 Basis of Design: Adec Specification Salient Characteristics Base Color: White Foot Ring Caster: Tile Upholstery, Sewn Upholstery (will be done at Award) Delivery Information Pallet, Blanket Wrap DELIVERY AND INSTALLATION COORDINATION: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: No Later Than 12/01/2020 Acquisition of the above items is part of the initial outfitting and activation of the newly constructed Lincoln CBOC. The Contractor will be contacted by the On-Site Point of Contact to schedule a pre-delivery meeting for purposes of verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. Delivery Location: Contractor shall deliver all equipment to the Lincoln CBOC, Loading Dock, 600 South 70th Street, Lincoln, NE 68510. Delivery Times: The loading dock accepts deliveries between 8am and 3pm Central Time. The loading dock is a federal owned/operated location and will not accept deliveries on federal holidays. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install are: Primary: Ben Weaver 310-710-3510 BWeaver@martekglobal.com Secondary: Bill Brown 910-750-2162 WMBrown@martekglobal.com INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery and installation personnel must comply with all posted site safety requirements. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the site at any time. The Lincoln CBOC Campus is a Smoke Free Campus. If the requirements in sections 2.7 are not adhered to the delivery may be rejected and be rescheduled at Contractors expense. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors.. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items that require simple repair, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d96ba8402ea49858a6beb571ea7d0ed/view)
- Record
- SN05693304-F 20200618/200616230211 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |