Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOLICITATION NOTICE

65 -- TEMPORARY REPOSTING OF REQUIREMENT - DENTAL WORK BENCHES

Notice Date
7/21/2020 7:58:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0220Q0190
 
Response Due
7/24/2020 12:00:00 PM
 
Archive Date
08/08/2020
 
Point of Contact
Walter J Bischoff, Phone: 3604860707, Fax: 3604860787
 
E-Mail Address
walter.j.bischoff.civ@mail.mil
(walter.j.bischoff.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**THIS IS A TEMPORARY EXTENDED REPOSTING REQUIREMENT** THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. �OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. � This is solicitation, no. W81K0220Q0190; Purchase Request; 0011495153, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05.� The associated North American Industrial Classification System (NAICS) Code for this procurement is 334510; Size Standard for small business is 1,250 employees.� This RFQ is being issued as a TOTAL SMALL BUSINESS SET-ASIDE.�� This requirement is for �Dental Workstation / Workbench�, to be used for the Fulton Dental Clinic, at Madigan Army Medical Center Tacoma WA.� SEE LINE ITEMS 0001 through 0030. Brand Name �Nevin Labs� or Equal: If quoting other than manufacturer, a statement is required on how perspective offers will meet the customer salient characteristics. Group # D0915, Position (1) - Workstation, Ceramic, Dental Lab LINE ITEM:� 0001:� 1604NT� 15�W x24� D x 31 � H, 4 Drawer Cab, No Top��� ��2 EA LINE ITEM:� 0002:� 24SPL� 24� Steel Panel Leg������������������������������������������ � 2 EA LINE ITEM:� 0003:� 2622-051� Drawer Tray, (Replaces # 9700SDI)����������������������� � 4 EA LINE ITEM:� 0004:� 323MR� Magnifier Acrylic 4-Diopter, 2X, 4 �� Dia w/ ��������������������� ��������� Adapter & Hinge for Front Scoop��������������������������������������������� � 2 EA LINE ITEM:� 0005:� 33024NT� 24� x 24� x 3� Frame, No Top�������������������������������� � 2 EA LINE ITEM:� 0006:� 44724 24in Lower Storage Shelf���������������������������������������������� � 2 EA LINE ITEM:� 0007:� 475FINCOR Staron ��Sanded (Vermillion or Gray) ��������������������� ��������� Finished Square Feet.���������������������������������������������������� 40 EA LINE ITEM:� 0008:� 9301.5 PAIRS-Arm Boards Complete ��(LH &RH)���� � 2 EA LINE ITEM:� 0009:� 9748NT 48� W X 24� D X 32� H Ergo Bench, No Top��������� 2 EA LINE ITEM:� 0010:� DF41131 1 in x~~34 in filler strip�������������������������������� ���������� ��4 EA LINE ITEM:� 0011:� HOLE1.5�� 1 �� Dia. Hole w/Snap Ring���������������������������������� � 2 EA LINE ITEM:� 0012:� 223223WB Single Wire 40� Rack w/ Wall Bracket Assy.�������� � 4 EA Group # D0915, Position (2) - Workstation, Ceramic, Dental Lab. LINE ITEM:� 0013:� 1604NT� 15�W x24� D x 31 � H, 4 Drawer Cab, No Top����� 1 EA LINE ITEM:� 0014:� 24SPL� 24� Steel Panel Leg������������������������������������������ � 1 EA LINE ITEM:� 0015:� 2622-051� Drawer Tray, (Replaces # 9700SDI)����������������������� � 2 EA LINE ITEM:� 0016:� 323MR� Magnifier Acrylic 4-Diopter, 2X, 4 �� Dia w/ ��������������������� ��������� Adapter & Hinge for Front Scoop��������������������������������������������� � 1 EA LINE ITEM:� 0017:� 33024NT� 24� x 24� x 3� Frame, No Top�������������������������������� � 1 EA LINE ITEM:� 0018:� 44724 24in Lower Storage Shelf���������������������������������������������� � 1 EA LINE ITEM:� 0019: �475FINCOR Staron ��Sanded (Vermillion or Gray) ��������������������� ��������� Finished Square Feet.���������������������������������������������������� 20 EA LINE ITEM:� 0020:� 9301.5 PAIRS-Arm Boards Complete ��(LH &RH)���� � 1 EA LINE ITEM:� 0021:� 9748NT 48� W X 24� D X 32� H Ergo Bench, No Top��������� 1 EA LINE ITEM:� 0022:� DF41131 1 in x~~34 in filler strip�������������������������������� ���������� ��3 EA LINE ITEM:� 0023:� HOLE1.5�� 1 �� Dia. Hole w/Snap Ring���������������������������������� � 1 EA Position (3) LINE ITEM:� 0024:� 323MR Magnifier Acrylic 4-Diopter, 2X, 4 � � Dia w/Adapter ��������������������� ��������� & Hinge for Front Scoop���������������������������������������������������������� 1 EA LINE ITEM:� 0025:� 475FINCOR Staron �� Sanded (Vermillion or Gray) ��������������������� ��������� Finished square feet������������������������������������������ ����������� 11 EA LINE ITEM:� 0026:� 9301.5� PAIRS- Arm Boards Complete �� (LH & RH) 1 EA LINE ITEM:� 0027:� 9748EZNT� 48� W x 24�D Ergotech Workstation, Softclose ��������������������� �������� Drawer Slides, No Top�������������������������������������������������� 1 EA LINE ITEM:� 0028:� DF41131 1 in x~~34in filler strip��������������������������������������������� 2 EA LINE ITEM:� 0029: �Installation Cost����������������������������������������������������������� 1 EA LINE ITEM:� 0030:� Shipping / Freight Cost������������������������������������������������� 1 EA SALIENT CHARACTERISTICS/MINIMUM CHARACTERISTICS � Ergonomic Dental Workstation: These new workstations are required to facilitate a safer, more ergonomic and efficient work environment. Our current laboratory workstations are not meeting these goals and have a higher likelihood of creating a chronic work-induced injury. Characteristics: Must have ergonomic elbow rests to allow better posture of lab techs. Measure 48� x 24� to properly replace current desks without modifying workspace. Drawers for storage of equipment. Upper level shelves for storage of current working projects. Minimum of 2. Individualized dust collection vacuum with additional filters at each work station to remove harmful dust particles. Removable suction hood with protective clear shield to protect eyes and face when operating high speed drill. Air gun with regulator to allow for periodic air cleaning of current project Overhead LED color correcting light (full spectrum), to allow proper shade selection and usage during fabrication of esthetic cases. Wired electricity and pre-piped for Air and gas. Non-porous countertop that is resistant to heat, scratches and staining. Task Lighting; shall be adjustable or fixed. �EVALUATION OF FACTORS: Award will be made based on Lowest Price, Technically Acceptable. (LPTI) The evaluated price will be the total price of the quote, to include all fees as indicated installation and freight charges in the solicitation.� Technical Factor considerations are more important than Price.� Price will not be solely the determining factor, but must be determined to be fair and reasonable. � �� ������The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror�s - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1.� The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES�� 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period.� 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply;� 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; �52-211-6 Brand name or equal;� 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation;� 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases;� 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims; 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.211-7003 Item Unique Identification and Valuation;� 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium;� 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments,� 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components. � The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far.. � All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . �**Offers are due by 24 July 2020 @ 12:00 Noon, Pacific Standard Time.� �Submit signed and dated offers to Walter Bischoff via email: walter.j.bischoff.civ@mail.mil.� **Note:� RFQ Offers must contain, the minimum information, to be considered and accepted; the Solicitation Number, Contractor�s Representative Name, Signature and Date, Cage Code & DUNS information in order to be accepted for consideration. � Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Branch, 673 Woodland Square Loop SE, Suite 101 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/888e637bb0ec4d30b4882fe92c371024/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN05728394-F 20200723/200721230155 (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 |
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.