SOURCES SOUGHT
65 -- Carestream Dental CS 9600 16X17 Full Bundle (Delivery for VA Pittsburgh) Brand Name Only. This is not a request for quote.
- Notice Date
- 7/11/2022 2:32:23 PM
- Notice Type
- Sources Sought
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0929
- Response Due
- 7/15/2022 9:00:00 AM
- Archive Date
- 10/13/2022
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 6. Carestream Dental CS 9600 16X17 Full Bundle (Brand Name Only) INTRODUCTION/BACKGROUND: VA Pittsburgh Healthcare System (VAPHS) Dental Dept. requires the replacement of existing Planmeca Inc. dental imaging equipment at both the University Drive campus and the HJ Heinz campus, locations of the VA Pittsburgh Healthcare System. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center Pittsburgh, PA hereby referred to as the VAMC Pittsburgh (646), is requesting the Brand Name only acquisition of the following: Carestream Dental CS 9600 16X17 Full Bundle MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See below Table 2.2.14 for requirements. . Salient Characteristics All systems must be at minimum Windows-10 compatible. Eighteen (18) Intraoral Single-Shot X-Ray: Must have compatibility with VA gold-imaged workstations Images must push through a TRM-approved application Images acquired must be at least 2 megapixels Hardware and software must be VistA-validated and approved Export as DICOM files 3-D manipulation and viewing software: Compatible with CAD-CAM technology and packages Implant-based design capabilities Must be Windows-based Multi-planar views Export as DICOM files Panoramic reconstruction CBCT STL Converter One (1) Cone-Beam CT 3-D X-Ray: Minimum focal spot range = 0.2 - 0.7 mm Hardware and software must be VistA-validated and approved Minimum slice thickness = 70 µm Minimum grey scale = 12 bits Volume reconstruction capability Patient position: standing and seated capability; wheelchair access Dose range = 13-4575 µGy*cm*cm Scan Time = 5 - 40 s Field of view = scalable, minimum 4.0 x 4.0 cm to 12 x 17 cm TMJ imaging capability Airway and Sinus Imaging DICOM Worklist Interface Acquisition of 3D objects to include plaster, impression, and triple tray objects as well as appliances DICOM License Workstation and reprocessing stations included One (1) 2-D/3-D Panoramic X-Ray: Export as DICOM files Hardware and software must be VistA-validated and approved Field of view = small, medium Compatibility with Philips iSite Must have interoperability and compatibility with Medicor MiPACS Forty (40) concurrent licenses At a minimum, the vendor must supply a new 24-port switch. The need for the switch will be determined by the vendor, but the type of switch must meet the EHRM standards. If a power of ethernet switch is needed, this will be included in the proposal and discussed during the walkthrough. Vendor must ensure each X-Ray arm is mounted on studs. The vendor will complete a load-bearing test after each unit is installed, and the test will be witnessed and subsequently signed off by local Biomedical Engineering and Facilities Management Service. Additionally, the panoramic and cone-beam CT modalities mounting will have the same review process as part of the installation. Three (3) 8-hour day clinical applications training for dental hygienists Three (3) 8-hour day clinical applications training for dentists Technical training for two (2) biomedical personnel 5-year warranty Each vendor is required to provide a fully completed copy of the 6550, pre-procurement assessment/MDS2 form as part of their proposal. Table Line No. Part No. Description Qty 0001 1759307 CS 9600 16X17 Full Bundle (5 YR P&L) 1 0002 5940069 CS Face Scan Kit for CS 9600 1 0003 5330642 120KV License for CS 9600 1 0004 5501200 Patient Seat for CS 9600 Family 1 0005 5330709 Extraoral FMS License for CS 9600 1 0006 5500673 CS Imaging 8 Suite 1 0007 5942974 License server 10 users DICOM CSI8 1 0008 5153606 CS 2200 110V/188CM STD Wall MTD 18 0009 5159678 Separate Timer Box for 2200 Generator 18 0010 8015000 CS X-Ray Generator Installation 1 0011 8002024 CS X-Ray Gen Install, Additional 17 0012 1065804 RVG 6200 Size 2 Complete Kit 18 0013 8012809 RVG Install Fee 18 0014 1040344 CS 8100 Bundle 1 0015 5500673 CS Imaging 8 Suite 1 0016 5942958 License server 1 user DICM CSI8 1 0017 1045673 Digital Online Training-Per Hour 2 0018 1759060 Lenovo Thinkstation P340 Workstation 1 0019 1759309 Lenovo Thinkstation P24H-2L Monitor 1 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Joshua Olexa Phone Number: 412-360-6732 Email: joshua.olexa@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339114 (size standard of 750 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on July 15, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fb737df2973b40cdabf44084ebdfca90/view)
- Place of Performance
- Address: Department of Veterans Affairs H. John Heinz III VAMC 1010 Delafield Rd, Pittsburgh 15240-1005, USA
- Zip Code: 15240-1005
- Country: USA
- Zip Code: 15240-1005
- Record
- SN06384942-F 20220713/220711230111 (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 |