SOLICITATION NOTICE
65 -- Dental Workbenches
- Notice Date
- 7/27/2020 9:11:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K0220Q0194
- Response Due
- 7/31/2020 11:59:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- Jamiley Fisher, Phone: 3604869755
- E-Mail Address
-
jamiley.k.fisher.mil@mail.mil
(jamiley.k.fisher.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only synopsis/solicitation; quotes are being requested and a written solicitation will not be issued.� This solicitation #W81K0220Q0194, is issued as a Request for Quotes (RFQ).� The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, (Dental Equipment and Supplies Manufacturing), Size Standard is 750 Employees. This RFQ is being issued as Firm Fixed Price, 100% Small Business Set Aside. All responsible sources may submit a quotation, which shall be considered by agency. This requirement is for �Dental Workbenches� these items are for use at Dental Clinic 3, Madigan Army Medical Center, JBLM, Tacoma, WA. All Contractors shall provide an offer for the following CLINs and Specifications, for the following Brand Name or Equal (Nevin Labs): CLIN 0001: MAGNIFIER ACRYLIC 4 DIOPTER, 2X, 4 1/2 "" DIA X/ADAPTER & HINGE FOR FRONT SCOOP PART NUMBER 323MR, Qty: 5, Unit issue: EA. All items are BRAND NAME OR EQUAL. CLIN 0002: STARON 1/2"" SANDED (VERMILLION OR GRAY) 475FINCOR, Qty: 60, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0003: 48""W X 24""D ERGOTECH WORKSTATION, SOFTCLOSE DWR SLIDES, NO TOP 9748EZNT, Qty: 5, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0004: 1 IN Z 34IN FILLER STRIP DF41131, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0005: 15"" W X24""D X 31 1/4""H CABINET W/LH DOOR & NO TOP 1600LNT, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0006: 15"" W X24""D X 31 1/4""H CABINET W/RH DOOR & NO TOP, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0007: 15"" W X24""D X 31 1/4""H, 4 DRAWER CABINET, NO TOP 1604NT, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0008: 24"" STEEL PANEL LEG 24SPL, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0009: 36"" X 24"" X 3"" FRAME, NO TOP 33036NT, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0010: STARON 1/2"" SANDED (VERMILLION OR GRAY) FINISHED SQ FT 475FINCOR, Qty: 30, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0011: 35 WATT LED LIGHT WITH 40"" SHELVES, 14.25"" SUPPORT TUBES 800110-LED, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0012: VARIOSTAR K50 KNEE CONTROL UNIT 120V K50, Qty: 2, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0013: INSTALLATION COST, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0014: SHIPPING/ FREIGHT COST, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. 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 and magnifying view (magnifying acrylic diopter) 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 Technically Acceptable, Lowest Price (LPTA) Seller shall enter exactly what they are quoting include: make, model and description in order for their quote to be considered. JBLM Contracting Brach will accept quotes for brand name or equal items that meet all the technical capabilities as outlined in this requirement.� The evaluated price will be the total price of the quote. � NOTE: All vendors must submit specifications with quote. � The following Provisions / Clauses are applicable: The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://sam.gov. 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; 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 to this acquisition, 52.204-7 Central Vendor Registration, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015),� 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors- 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, 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award SB Program Representation,� 52.217-9� Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984), , Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the award, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 reporting Executive Compensation and First �Tier Subcontract Award, 52.211-6 Brand Name or Equal, 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 Contractor Policy to Ban Tex Messaging While Driving, 52.225-3 Buy American Act�Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance �Work on Government Installation, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach of Contract Claim, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy. The following DFARS clauses apply, 252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011); 252-203-7002� Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. 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 Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must have an active registration in the System for Award Management (SAM�s) to be eligible for award. The Sam�s internet web site is http://www.sam.gov. This solicitation will closed on 31 July 2020, 11:59. Pacific Standard Time and no other offers/proposals will be accepted after that date/time. **Submit signed and dated offers to Jamiley Fisher, Contract Specialist, Email: jamiley.k.fisher.mil@mail.mil.. � Place of Delivery: Madigan Army Medical Center 9040A Fitzsimmons Drive Tacoma, WA. 98431 ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL Contact: Jamiley Fisher, Contract Specialist, Email: jamiley.k.fisher.mil@mail.mil. Contracting Office Address: Regional Health Contracting Office-Pacific JBLM Health Contracting Branch 673 Woodland Square Loop SE, Suite 101 Lacey, WA 98503
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a6fd4a95342c49aca4259e1325bb8759/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98431, USA
- Zip Code: 98431
- Country: USA
- Zip Code: 98431
- Record
- SN05735000-F 20200729/200727230137 (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 |