Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2024 SAM #8149
SOURCES SOUGHT

65 -- Dentsply Sirona

Notice Date
3/18/2024 8:26:15 AM
 
Notice Type
Sources Sought
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0539
 
Response Due
3/25/2024 7:00:00 AM
 
Archive Date
05/24/2024
 
Point of Contact
Cedric Frasier, Contract Specialist
 
E-Mail Address
cedric.frasier@va.gov
(cedric.frasier@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Network Contracting Office (NCO) 6 on behalf of Fredericksburg VA Health Care Center is conducting Market Research through this sources sought notice to help determine the availability of qualified Businesses, capable of providing, installing Dental X-Ray System and Supplies that meet the following requirements: Specific Tasks Dental X-Ray System and Starter Kit Functions to be performed. Provide 3D/2D Dental X-rays. Large volume and quantity of images. Must be digital and connect via a software application accessible on networked devices. Performance required. Provide 3D image quality: 5 x 5.5 to 17 x 13. Low Dose X-Ray System. PD Panoramic exposure time no more than 14.2 seconds Must have extraoral bite wing. Should be able to perform automatic patient positioning, with smart height adjustments. Must be wheelchair accessible. Essential physical characteristics; Dimensions (if applicable) a. Up to, not to exceed, 88.5 H x 54 D x 41 W. b. X-Ray Generator: 60-90kV, 3-16mA. c. Operating System: Windows 10. d. RAM: less than or equal to 16 GB. e. Hard drive: less than or equal to 2 TB. f. Recommended Room Dimensions: at least 2,155mm x 1,411mm. Schick 3.0 Size 2 9 Starter Kit (A) Functions to be performed. a. Schick 3.0 Size 2, 9 Starter Kit - Accessory to the Heliodent Dental X-Ray System HD Plus Heliodent 81 / 2040 mm (A) Functions to be performed. a. Wall-mounted intraoral x-ray machine with sensor. b. X-ray arm must be 81 to accommodate the distance to the patient from the wall. c. provide x-ray images to be read by medical personnel. Performance required. Provide low-dose, digital x-ray images to be read by medical personnel. Must have extraoral bite wing. Should be able to perform automatic patient positioning, with smart height adjustments. Must be wheelchair accessible. Essential physical characteristics; Dimensions (if applicable) Power supply: Direct Current (DC), Line voltage 120 - 240 V. Focal spot: 0.4 mm. Tube voltage: 60-70 kV; Tube current 7 mA. Exposure time: 0.01 - 3.2 s, incrementally adjustable. Detector media: Freely selectable among film, phosphor plate and digital sensor. Arm length 80.31 . All respondents shall indicate/provide the following: Whether or not they are small business manufacturers of the products they wish to offer, or if they are a reseller of a small business manufacturer. Is your company interested in providing a Federal Supply Schedule (FSS) quote or Open Market (indicate FSS contract #)? Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Whether or not your company has an active SAM registration and the companies Unique Entity Identifier. A copy of its capabilities statement. Failure to provide the above information may result in the potential offeror being considered incapable of meeting the VA s needs. If the contractor can provide the above items, the contractor shall provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. The capability statements received from this market research are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research, and the Government will not entertain questions concerning this market research. The Government will not assume any costs incurred by the contractor in the preparation of responses. All responses shall be submitted in writing no later than March 25, 2024, at 10:00 AM EST to the attention of: Cedric.frasier@va.gov Please title the subject line for all responses as: Sources Sought Next Generation Sequencer: 36C24624Q0539.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d27d405aeee449359d32f8a37201a513/view)
 
Place of Performance
Address: Fredericksburg VA Health Care Center Activations, c/o IRIS Solutions 10432 Patriots Highway, Fredericksburg, 22408
Zip Code: 22408
 
Record
SN07000962-F 20240320/240318230051 (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.