Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOLICITATION NOTICE

65 -- Brand Name or Equal DentalEZ / Nevins Lab Workstations with Suction and Electric Handpieces

Notice Date
1/16/2024 8:24:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0254
 
Response Due
1/22/2024 9:00:00 AM
 
Archive Date
01/27/2024
 
Point of Contact
Lindsay Goldsmith, Contracting Officer, Phone: (518) 626-7194
 
E-Mail Address
Lindsay.Goldsmith@va.gov
(Lindsay.Goldsmith@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Department of Veterans Affairs on behalf of the VA New Jersey Healthcare System in Toms River NJ, has a BRAND NAME OR EQUAL requirement for Surgical Dental Drill Systems as defined below. This requirement is set aside for small businesses (SB). All small business (SB) vendors meeting the standard of an acceptable source under the terms of either a manufacturer or authorized distributor are encouraged to provide a bid. All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov. All vendors claiming authorized distributor status must provide a letter from the manufacturer. Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of price, technical compliance and delivery / installation schedule (see clauses below). Items listed in this requirement; CLIN Sub Line Item Description Basis of Design for BRAND NAME OR EQUAL Part # (Basis of Design ONLY) Quantity 1 Dental EZ / Nevin Labs Pedestal Workstation Two Person, Face to Face Pedestal Workstation with dust collector and 2 electric handpieces. See Sub Lines. 1 1-1 3 Way 20 Amp 277V Whist Switch 10120SWW 2 1-2 Double Duplex 20Amp Receipt 10220 2 1-3 20A DUP Dbl Duplex + 2 USB, Box, Chrome Cover 10220DUPWUSB 2 1-4 Retractable Air Gun System 2001AG 2 1-5 206gas Valve with 212 Flange 206G212 2 1-6 Bracket for Air Gun (nozzle) 209B 2 1-7 Blast Gate w/3-1/2 in Duct 322 2 1-8 Moulded Plastic Grinding Hood 325 2 1-9 42 X 24 X 3 Frame, No Top 33042NT 3 1-10 Under Frame Support 333 2 1-11 3-1/2in dia. Flex Hose {by foot} 351FH 6 1-12 3-1/2in Hose Clamps 351HC 4 1-13 Dust Collector for use W/3-1/2 444R 1 1-14 Staron ½ Sanded (Vermillion or Gray) Finished sqft 475FINCOR 26 1-15 30 5/8 Ht X 60 DP Panel Leg 60SPL 2 1-16 35 Watt LED Light with 40 Shelves, 14.25 Support Tubes 800110-LED 2 1-17 4 Drawer Cab. For Power Frames 9200CAB 2 1-18 Mount Panel for Knee Control DC91110 2 1-19 6 X 8 Filler Panel DF4168 2 1-20 1 ½ Dia Hole w/ Snap Ring HOLE1.5 2 1-21 VARIOstar K50 Knee Control Unit 120V K50 2 1-22 Double Side, Metal Backshelf MBS2 4 Description: Brand name or equal modular technician's workstation for the dental laboratory. The unit contains an overhead task lighting array. The workstation also includes a dust extraction system with filtration, knee activated electric handpieces, a minimum of 4 drawers for storage, per side, and electrical outlets for accessory equipment. The workstation generally has slanted overhead case pan shelves for storing equipment trays. The desktop is made from a fiber/cement mixture or similar material to resist heat, abrasion, and chemical attack. The workstation shall have the following Salient Characteristics: Shall be two-sided, face to face, pedestal design Shall be between 44 to 48 in length Shall be between 55 to 60 deep (entire face to face pedestal workstation) Shall have a work surface depth of 20 to 24 Shall have an ADA seating opening of approximately 32 high Shall have at least four drawers, per user Shall have at least a 35-watt task side, and two slanted overhead case pan shelves per user Task light and shelves shall be at least 40 in length and not extend past the outer dimension of the workstation Shall have at least two sets of double duplex outlets per user Shall have an integrated dust collector capable of collecting 0.5 microns capable of at least 750 CFM blast gates will be approximately 3.5 in diameter and mounted to the rear of the work surface, one per user Workstation shall be in Postal Blue color or similar Shall have a solid surface countertop in Sanded Grey color or similar Shall be 120VAC, 60Hz, 20Amp with hospital grade plug Shall have a brushless handpiece with knee control, one per user capable of being operated with left or right hand rotation up to 50,000 rpm capable of sending start-up signal to dust collector Shall be 115VAC, 60Hz, with hospital grade plug This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion. Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs, VA New Jersey Healthcare System, Toms River VA Outpatient Clinic, 1055 Hooper Avenue Toms River, NJ 08753. CLAUSES ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Technical Compliance with the SOW. Delivery and Installation Schedule Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. Technical Compliance: The proposed units compliance with the salient characteristics and the SOW. Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job. (End of Provision) CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services. FAR 52.212-3 Offeror Representations and Certifications Comm Products and Comm Services. FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. Responses to this notice must be submitted in writing via email to lindsay.goldsmith@va.gov and must be received not later than Monday, January 22, 2024, at 12:00 PM. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4b070597bda4356afa7b75a45da3f3d/view)
 
Place of Performance
Address: Department of Veterans Affairs VA New Jersey Healthcare System Toms River VA Outpatient Clinic 1055 Hooper Ave, Toms River 08753-8322
Zip Code: 08753-8322
 
Record
SN06936331-F 20240118/240116230045 (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.