SOURCES SOUGHT
65 -- DENTAL LAB EQUIPMENT
- Notice Date
- 7/22/2020 8:13:08 AM
- Notice Type
- Sources Sought
- NAICS
- 339116
— Dental Laboratories
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0916
- Response Due
- 7/31/2020 2:00:00 PM
- Archive Date
- 08/30/2020
- Point of Contact
- Kenneth Stephens, Contracting Officer, Phone: 317-988-1523
- E-Mail Address
-
kenneth.stephens4@va.gov
(kenneth.stephens4@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT for the VA Northern Indiana Healthcare System- Marion. Information collected during this Sources Sought may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) number is 339116. The NAICS size is 500 employees. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. A Contractor that proposes to provide a supply that is not manufactured by their organization (nonmanufacturer) shall meet the requirements of FAR 19.102(f). Contractors that deem themselves capable of meeting the requirement shall provide the below information to Kenneth Stephens, Contracting Specialist, at Kenneth.Stephens4@va.gov no-later-than Friday, July, 31 2020 at 05:00PM, EDT, referencing (36C25020Q0916). Responses shall include: (1) Business Name and Address, (2) GSA Contract Number, if applicable (3) Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size SMALL or LARGE (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) A concern that is not a manufacturer of the supply shall provide the manufacturers name and size standard. If the concern is the manufacture and the sole distributor, please provide documentation to that effect. Contractor must be registered with https://www.sam.gov To be considered SDVOSB/VOSB, must be registered in VIP (https://www.vip.vetbiz.gov/). Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the Contractor should the contractor choose to offer a quote if a RFQ is published. FOB is Destination. Delivery is to: VA Northern Indiana Healthcare System- Marion 1700 E. 38th Street Marion, IN 46953 The VA Northern Indiana Health Care System (VA NIHCS) has the need for an assortment of dental lab quality countertops and cabinets. All cabinetry shall be stainless steel construction and shall be seamless in their construction making them wipeable and insuring ease of cleaning to maintain infection control standards. Countertops shall be made of Quartz or a similar non-porous material that meets medical grade standards. Colors and styles shall be finalized post award. The configuration shall accommodate gas/air/vacuum as well as HVAC, water supply and exhaust, and electricity at all noted locations on the supplied drawing. The cabinet solution for the relevant space shall haver the following features and characteristics: Cabinets Height 35 5/8 standard cabinet height 24 standard cabinet depth Width shall be appropriate to available space for each section according to supplied drawing Stainless steel construction All door handles and drawer pulls shall be brushed aluminum Shall have adjustable leg levelers with access through the floor panels Soft close drawer guides and door hinges Cabinet, U/C/B 5 each Standing height under counter base cabinet with adj shelf and full width drawer above a solid right or left-hinged door 1 shelf, 1drawer, 1DO, 36x24x22 Cabinet, U/C/B 7 each Standing height under counter base cabined with an adjustable shelf and two half width drawers above solid hinged doors. 1 shelf, 2 half DR, 2 DO, 36x36x22 Countertops 14 each Solid, non-porous material, smooth seamless appearance Easy to clean and maintain and with proper cleaning does not support the growth of mold. Acrylic-based solid surface product. Standard thickness of 1 , and a 4 butt backsplash/curb Available in choice of color and depths Requires optimum physical and chemical resisting properties. Single Compartment Sink 2 each Stainless steel construction Drop in, self rimming, ledge-type Connected with a drain and provided with a mixing faucet Plumbing to connect to hot and cold water and drain Plaster traps installed Pre-punched fixture holes on 4 center, integral back ledge to accommodate deck mounted fixtures. Brushed/polished interior and top surfaces and sound deadened. ID 12x28x16 Curing/boilout electrical unit 1 each On/off switch for water fill On/off switch for water circulation mounted on back shelf for electrical safety Separate power switches for the left-hand tank and right-hand heater Left-hand tank has thermostat control Water shut-off features for all incoming water supplies to prevent overflow Five fill spouts 208v with total of 5KW draw wire whips shall be hard wired to outlets by contractor Boiler shall have drain valves for manual draining of boiler Shall accommodate cold water supply, 1 ½ drain, 115v single phase electric supply 120v for water pump Two basin washout and boil-out tank assembly Stainless Steel tanks and gas heating elements Unit includes a recirculation pump, wax trap and drain valve. Workstations 5 each 4 wide by 28 deep by 31 ¾ height Surface mounted LED lighting minimum 35 watt to completely illuminate work surface 2 slanted storage shelves above the work surface but below the light to house dental items Mounted magnifier lenses on flexible arms Remote control for gas valve Air blow gun Scrap drawer Dust collector Minimum 2 110v electrical outlets mounted at work level Front Scoop Access ports to run power cords and other supply lines through the work surface Microblasting Workstations 1 each Complete micro-blaster and dust extraction device integrated into a 34 high x 24 wide x 24 deep cabinet. Micro-blaster can use 25 to 250-micron aluminum oxide, sand, or glass bead abrasives Includes micro-blasting pencils, canisters for clean blasting, one recirculating nozzle for gross blasting, air chisel, air nozzle and a protective safety shield Connects to a dust extraction system suitably sized for the micro-blaster Polishing Workstation 1 each Modular polishing workstation with full-length load-bearing table frame or cabinet on adjustable legs including end panels and supports Stainless steel countertop with rolled edges Built-in polishing unit with an integrated 2 speed motor Lighting and a dust extraction unit for wet and dry polishing and a removable waste tray. General Requirements The contractor shall provide all labor, equipment, tools, materials, and other items necessary to deliver and install the casework and materials listed in the SOW. The provided drawings are final; all equipment shall be installed without modifications to the existing structure or utilities. Inspection and Acceptance: Contractor shall inspect all casework after installation to confirm proper operation of doors, drawers, lock, and sink operation. All casework shall be free of scratches and blemishes. The VA shall accept the casework once installation and final inspection has been completed and approved. The contractor shall adhere to the job site requirements listed below: All personnel to adhere to site safety requirements PPE at a minimum to include hard hats, safety glasses, high-visibility clothing, hard sole shoes. All personnel subject to a 30-minute site safety orientation conducted by General contractor (GC). Vendor responsible for unloading, handling, unpacking; clean up to dumpster provided by GC Vendor to schedule deliveries through VA who would in turn schedule with GC. At the time of these deliveries, all products will have to be verified and received by logistics, so a schedule will be arranged and communicated with the project manager and logistics. Vendor responsible for protecting product after installation Standard work hours are Monday Friday, 8:00 AM 4:30 PM Installation Dates Installation of all material and equipment shall be coordinated with the VA and shall take place, at a date TBD once contract has been awarded. No equipment or materials shall be delivered or will be accepted before these dates. Contractor shall provide installation of all components, placing all items in the locations shown in the supplied drawing.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6950c856b0e499280c458c66adc7fdc/view)
- Place of Performance
- Address: VA Northern Indiana Health Care System- Marion 1700 E. 38th Street, Marion 46953-4568
- Zip Code: 46953-4568
- Zip Code: 46953-4568
- Record
- SN05730141-F 20200724/200722230148 (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 |