Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOLICITATION NOTICE

J -- Computer Aided Design/Computer Aided Manufacture Sustainment Technology Services

Notice Date
9/1/2020 3:52:15 AM
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
 
ZIP Code
78226-1720
 
Solicitation Number
FA805220R0013
 
Response Due
8/30/2020 7:00:00 AM
 
Archive Date
09/09/2020
 
Point of Contact
Jacqueline Davis, Larry Conger
 
E-Mail Address
jacqueline.davis.17@us.af.mil, larry.conger.1@us.af.mil
(jacqueline.davis.17@us.af.mil, larry.conger.1@us.af.mil)
 
Description
CORRECTION TO CURRENT CONTRACT INFORMATION:�GS22Q-17-BGC-0003 expired on�31 August 2020.� This requirement is a follow-on requirement and is intended to be awarded to�Sirona Dental Inc., 30-30 47th Avenue Long Island City, NY 11101.� ****NOTICE OF INTENT TO AWARD SOLE SOURCE**** THIS IS NOT A SOLICITATION FOR PROPOSALS The Air Force Installation Contracting Center/773d Enterprise Sourcing Squadron intends to negotiate on a sole source basis (FAR 13.501(a)), Sole source (including brand name acquisitions). The proposed source is Sirona Dental Inc., 30-30 47th Avenue Long Island City, NY 11101.� The period of performance shall be one (1) base year with four (4) year option periods.� This acquisition also includes a six-month extension of services under FAR Clause 52.217-8, which may be exercised in one-month increments, not to exceed six-months. The work to be performed under this contract shall be performed at various locations throughout the Continental United States and Outside Continental United States at Air Force installations and service academies in support of the Air Force Medical Readiness Agency and its Dental Treatment Facilities. This requirement currently exists on GSA contract GS22Q-17-BGC-003 and is due to expire 31August 2020.����������������������������������������������������������������������������������������������������������������������������������������� The purpose of this performance based, non-personal services requirement is to provide Computer Aided Design/Computer Aided Manufacture Sustainment Technology Services to include software updates/upgrades; annual maintenance and repair; prismatic tube/camera and mirror sleeve repair; subject matter training; biomedical technician training; operator training; telephone support, not less than five days per week, is imperative to meet agency requirements; and Department of Defense Portal Service Operational Support.� Software Update/Upgrades shall be provided that constitutes an improvement to the existing software.� Contractor shall schedule and provide one (1) scheduled maintenance on the equipment each year during the period of performance.� This effort shall allow for one (1) site visit per location, per year to include performance maintenance on all devices at all locations.� Scheduled annual maintenance shall include the replacement of parts and labor to install such parts as deemed necessary.� In the event accidental damage to or breakage of the Prismatic Tube/Camera and/or Mirror Sleeve occurs, the contractor shall provide one (1) replacement item per device, per year, at no charge.� This does not include events that show evidence of abuse or neglect. Contractor shall offer at minimum one (1) clinical SME training event and one (1) lab SME training event per year, with a maximum of 10 participants per event.� SME training is intended to provide opportunities for regional experts to get up-to-date information on clinical processes, laboratory processes, product changes, software changes and new product integrations.� The Contractor Shall supports access to an online clinical training platform to all DoD providers.� In addition, The Contractor will support access for three (3) SMEs, to a level that includes advanced training videos. Biomedical Technician Training is required to ensure proper maintenance of equipment.� Training shall be provided for not more than eight (8) attendees.� Training is 2-3 days in duration and is at no additional charge to the Government.� All local expenses incurred by the attendees, including hotel, tuition, food and local transportation shall be the responsibility of the contractor.� Travel expenses to the training location are the responsibility of the Government. Operator Training Sessions held at the Contractors designated facility, are 2.5 days and cover specific requirements and subject matter as determined by the Government. Class size shall be not less than 10, but not more than 16 participants.� All local expenses incurred by the attendees including hotel, tuition, food and local transportation shall be the responsibility of the contractor.� Travel expenses to the training location are the responsibility of the Government. Contractor shall provide telephone support during the POP through the manufacturer five (5) days per week (Monday - Friday).� International phone support will also be provided during normal business hours by local Contractor affiliates.� 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. There are no�set-aside restrictions for this requirement.� The intended procurement will be classified under North America Industry Classification System (NAICS) 541512.� This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product.� All capability statements received by the closing date of this synopsis will be considered by the Government.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to jacqueline.davis.17@us.af.mil and Larry.Conger.1@us.af.mil.� Closing date for challenges is no later than 9:00 AM ET on 30 Aug 2020.� No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54043db12e5f481a9fc6c7ac64fdbce6/view)
 
Record
SN05781863-F 20200903/200901230139 (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.