SOLICITATION NOTICE
65 -- DENTAL SCANNER
- Notice Date
- 5/26/2023 9:18:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24723Q0731
- Response Due
- 6/9/2023 9:00:00 AM
- Archive Date
- 07/09/2023
- Point of Contact
- Darius Crane, Contracting Officer, Phone: 834-789-6528
- E-Mail Address
-
darius.crane@va.gov
(darius.crane@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as a BRAND NAME OR EQUAL (IAW THE SALIENT CHARACTERISTICS) RFQ for Service-Disabled Veteran Owned Small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 effective December 30, 2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114 Dental Equipment and Supplies Manufacturing with a small business size standard of 750 employees. The FSC/PSC is 6520 | Dental Instruments, Equipment, and Supplies The Ralph H. Johnson VA Medical Center is seeking to purchase a Dental Laboratory Scanner manufactured by 3Shape or Equal that meets or exceeds the F8 model. All interested companies shall provide quotes for the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3Shape F Series Scan Only LOCAL STOCK NUMBER: F8 1.00 EA __________________ __________________ 0002 Desktop Ultra PC Bundle LOCAL STOCK NUMBER: 2450236 1.00 EA __________________ __________________ 0003 Samsung 24 FHD Monitor LOCAL STOCK NUMBER: 142-3751 1.00 EA __________________ __________________ GRAND TOTAL Salient characteristics for the dental scanner below; *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. Features: Duel model scanning 4x5 MP Cameras Accuracy (ISO12836): 4 m Scan speed (Full arch): 9 sec Scan speed: 45 sec Texture: color Scanning Strategy: Die in model and all in one scanning STATEMENT OF WORK Ralph H. Johnson VAMC, 3D Innovation Center Title of Project: Purchase of 3Shape F8 scanner Purpose: The Ralph H. Johnson VA Medical Center requires the use of dental scanners within specified Dental departments. These scanners will allow dental departments to quickly and efficiently scan impression and stone models to construct accurate dental appliances for Veterans. Performance and Technical Requirements: F8 Highly efficient workflow and minimized scanner interaction for labs with demanding requirements: Dual model scanning 4 x 5 MP cameras Accuracy (ISO 12836): 4 µm Scan speed (full arch): 9 sec Scan speed (full arch impression): 45 sec Texture: color Scanning Strategy: Die-in-model and all in one scanning Contractor shall provide the products listed below: Description/Part Number QTY 3Shape F Series Scan Only (Hardware: scanner, calibration kit, articulate plate, height adapter x2, transfer podium x2, vertical tray fixture, multi die fixture) (Software: scan only with LabCare including Impression Scanning) 1 Computer: Desktop Ultra PC Bundle recommended for all scanners, optimal scanning performance, all software packages ideal for implant bridge and denture design. Monitor not included. (CODE: 245236) 1 Samsung 24 FHD Monitor: PC Monitor HP, 24 Monitor (CODE: 142-3751) 1 Package shall include, but is not limited to, any cables, leads, mount kits, installation, hardware, and cleaning kits needed to make the equipment fully functioning. 1 The contractor shall arrange delivery to the installation site with the VA Point of Contact (POC). The vendor shall replace any damaged or missing product immediately. All equipment shall be delivered FOB Destination. Any freight charges shall be added into the pricing of the contract. Place of Performance/Place of Delivery Name: Ralph H. Johnson VA Medical Center Address: RHJVAMC WAREHOUSE 3130 PACIFIC STREET North Charleston, SC 29418-5799 End of Statement of Work The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2002) FAR 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) Offers must complete annual representation and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with paragraph (j) of the provision is appliable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2021) VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) The following subparagraphs of VAAR 852.203-70 are applicable: 852.203-70, Commercial Advertising 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) FAR 52.212-5 Contract Terms and Conditions Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.219-33 Nonmanufacturer Rule (SEP 2021) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEC 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (OCT 2022) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management [OCT 2018] All offerors shall submit the following: BASIS FOR AWARD: The Government will select the quote that is the lowest price technically acceptable that represents the best benefit to the Government at a price determined to be fair and reasonable. Responses should contain your best, terms and conditions. Once the Government determines there is a contractor(s) that can provide equipment that meet(s) the requirements of the salient characteristics stated in this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited equipment and service to address any remaining issues. Quotes/offerors that do not provide an adequate description of how the product meets or exceeds the requested item(s) will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: (a) If you are quoting/offering ""or equal"" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. (b) If you are quoting/offering ""or equal"" items, the offeror must clearly identify the exact make, model, manufacturer, and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the ""equal"" product meets the salient characteristics will not be considered for award. (c) Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items Questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer Darius Crane at darius.crane@va.gov. Please ensure you title subject line of your emailed queries with the solicitation number and name for ease of identity i.e. 36C24723Q0731 DENTAL SCANNER . No later than JUNE 1, 2023 @ 12:00 P.M. EST No phone calls shall be accepted. Submission of your response shall be received no later than JUNE 9, 2023 @ 12:00 P.M. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All offers shall be emailed to the Contracting Officer Darius Crane at darius.crane@va.gov no later than the date and time listed. Please ensure you title subject line of your emailed quote with the solicitation number and name for ease of identity i.e. 36C24723Q0731 DENTAL SCANNER .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81a2e2ebe4fb48d486b78497106fc691/view)
- Place of Performance
- Address: Department of Veterans Affairs Ralph H. Johnson VAMC 109 Bee Street, Charleston 29403-5799
- Zip Code: 29403-5799
- Zip Code: 29403-5799
- Record
- SN06696387-F 20230528/230526230108 (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 |