MODIFICATION
65 -- BUY INDIAN SET ASIDE - PANORAMIC 3D DENTAL IMAGING PLATFORM
- Notice Date
- 6/14/2024 9:24:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 24-24-Q-0130
- Response Due
- 6/20/2024 12:00:00 PM
- Archive Date
- 07/05/2024
- Point of Contact
- Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
- E-Mail Address
-
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- Combined Synopsis/Solicitation RFQ # 246-24-Q-0130 Page 1 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246- 24-Q-0130. Submit only written quotes for this RFQ. This solicitation is a 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 339114. This RFQ contains ONE (1) Line Items: CLIN DESCRIPTION COST 01 Planmeca ProMax 3D Plus 20x10 Imaging Platform (Item # PMPLUS-SP) or equal PERIOD OF PERFORMANCE: 90 DAYS AFTER RECEIPT OF AWARD The estimated value of the Purchase Order is $67,000.00 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 06/20/2024 02:00p.m. CDT to the Following Point of Contact: Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov. Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, with technical requirements being more important than pricing. The following factors shall be used to evaluate offers: Best Value (see criteria below) Pricing - Pricing will be evaluated on the total cost. Technical Requirements i. SmartPan-Panoramic ii. Corrective Algorithm for Latent Patient Movement (CALM) iii. Ultra Low Dose Protocol (ULD) iv. Endo Module (75 ? resolution Capability) v. Implant Library with Implant planning module, vi. Romexis v6.x software with 3 concurrent licenses per unit; DICOM and Archival configuration; Full License vii. Hardwired Power Line Conditioner (PLC) with wall mount for the ProMax 3D viii. Five-year warranty, includes all parts ix. Planmeca ASE Installation x. Planmeca Advanced Training (3D/Romexis) (at least 1-day onsite, in clinic) xi. Dimensions: 83.5� (88.8� clearance) x 56.3� (58.3� clearance) x 94.1� Combined Synopsis/Solicitation RFQ # 246-24-Q-0130 Page 2 of 3 a. Chin Rest Level: 97-171 cm b. Cephalostat ear post level: 97-179 cm xii. Compatible with current windows 10 computer software and Dentrix program Past History Performance - Vendor shall submit 3 past history performance references VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICING TECHNICAL SPECIFICATIONS PAST HISTORY PERFORMANCE REFERENCES WARRANTY INFORMATION INDIAN ECONOMIC ENTERPRISE REPRESENTATION FORM VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED This solicitation will result in a firm fixed price Purchase Order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204- 30, Federal Acquisition Supply Chain Security Act Orders-Prohibition (Dec 2023); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024); FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-20, Aerosols (May 2024); FAR 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023); FAR 52.226- 8, Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024); FAR 52.232- 33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contract for Certain Services-Requirements (May 2014); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); FAR 52.217-8, Option to Extend Services (Nov 1999); Combined Synopsis/Solicitation RFQ # 246-24-Q-0130 Page 3 of 3 FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside; HHSAR 352.226-5, Notice of Indian Economic Enterprise set-aside; HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations; HHSAR 352.226-7, Indian Economic Enterprise Representation; HHSAR 352.232-71, Electronic Submission of Payment Requests; HSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024); The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/ And https://www.acquisition.gov/hhsar Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov) All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. DEPARTMENT OF HEALTH & HUMAN SERVICES Indian Health Service Office of Management Services Division of Acquisition Policy (DAP) 5600 Fishers Lane Rockville, MD 20857 INDIAN HEALTH SERVICE BUY INDIAN ACT INDIAN ECONOMIC ENTERPRISE REPRESENTATION FORM SOLICITATION/SOURCES SOUGHT/RFI #: _________________________________________________ PROJECT TITLE: ________________________________________________________ DATE: ___________________________________________________________________ In accordance with 25 U.S.C. 47 the Buy Indian Act, the signature below constitutes self-certification that the Offeror meets the definition of an �Indian Economic Enterprise� (HHSAR 326.601) in response to this Sources Sought Notice, Request for Information (RFI) or Solicitation and resultant contract. The enterprise must meet the definition of �Indian Economic Enterprise� throughout the following time periods: (1) At the time an offer is made in response to this solicitation; (2) At the time of contract award; and (3) During the full term of the contract performance period. At any point during these periods, if the Contractor no longer meets the eligibility requirements, the contractor must provide immediate written notification to the Contracting Officer. Individual Contracting Officers may require documentation of eligibility before awarding a set-aside or sole source contracts under the Buy Indian Act and awards may be subject to protest if the eligibility of the successful Offeror is in question. In addition to the self-certification requirements, successful Offerors must also be registered with the System of Award Management (SAM). Any false or misleading information submitted by an enterprise when submitting an offer in consideration of an award set-aside under the authority of the Buy Indian Act is a violation of the law and punishable under 18 U.S.C. 1001. False claims submitted as part of contract performance are subject to the penalties enumerated in 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. REPRESENTATION The Offeror represents as part of its offer that it does _____, does not _____ meet the definition of an �Indian Economic Enterprise� with �Indian Ownership� under the authority of the Buy Indian Act. _______________________________________ Name of the 51% owner of IEE Firm _______________________________________ Certifying Signature _______________________________________ Print Name _________________________________________ Name of Federally Recognized Tribal Entity _________________________________________ Business Name _________________________________________ UEI Number 1 Department of Health and Human Services Indian Health Service May 2024 Statement of Work (SOW) ProMax 3D Plus Imaging Platform 1. PURPOSE OF THE PROJECT The Haskell Indian Health Service (IHS) Clinic has a requirement for the purchase of a new Panoramic Planmeca ProMax 3D Plus Imaging Platform to replace our current Planmeca ProMax 3D Imaging Platform, which has met its end of life. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall furnish all equipment, software, parts, labor, delivery, supplies, and technician travel (transportation, travel, hotel, etc.) required to accomplish the delivery, installation, and training for the new panoramic imaging platform. The panoramic 3D imaging platform shall have the minimum requirements as listed below. If an equal brand is offered then, that brand shall meet or exceed the following imaging platform features/functions. Requirements: Model or equivalent capability Quantity Planmeca ProMax 3D Plus 20x10 Imaging Platform (Item # PMPLUS-SP) or equal 1 Planmeca ProMax 3D Plus 20 x 10 Imaging Platform or equal with features included listed below: i. SmartPan-Panoramic ii. Corrective Algorithm for Latent Patient Movement (CALM) iii. Ultra Low Dose Protocol (ULD) iv. Endo Module (75 ? resolution Capability) v. Implant Library with Implant planning module, vi. Romexis v6.x software with 3 concurrent licenses per unit; DICOM and Archival configuration; Full License vii. Hardwired Power Line Conditioner (PLC) with wall mount for the ProMax 3D viii. Five year warranty, includes all parts ix. Planmeca ASE Installation x. Planmeca Advanced Training (3D/Romexis) (at least 1-day onsite, in clinic) xi. Dimensions: 83.5� (88.8� clearance) x 56.3� (58.3� clearance) x 94.1� a. Chin Rest Level: 97-171 cm b. Cephalostat ear post level: 97-179 cm xii. Compatible with current windows 10 computer software and Dentrix program 3. PERIOD OF PERFORMANCE The Period of Performance shall be the delivery and installation of equipment within 90 days from the contract award date. 4. LEVEL OF EFFORT 4.1. The contractor shall provide product by period of performance timeline. 4.2. The contractor shall install product on site and provide onsite training, and replace any products or software damaged on delivery or during install free of charge. 4.3. Training: Contractor shall provide training one day of onsite, in clinic, training on latest model 2 Department of Health and Human Services Indian Health Service 5. SPECIAL REQUIREMENTS 5.1. Individuals providing services, with potential interaction with Indian children, are subject to a character investigation. IHS personnel offices will conduct these investigations following award of non-personal services contract unless in the judgment of the Contracting Officer, in consultation with the Personnel Officer, investigation may be waived based on prior investigations on file. Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have clearance to be on federal premises. 5.1.1. In accordance with HHSAR 304.1303, To ensure compliance with Homeland Security Presidential Directive-12: Policy for a Common Identification Standard for Federal Employees and Contractors (HSPD-12) It is the IHS policy that all staff and contractors who require physical access to federally controlled facilities and logical access to the IHS Information Technology (IT) networks and systems must obtain an HSPD-12-compliant access card. Individuals will be issued an access card upon meeting the HSPD-12 requirements and a favorable background investigation. 5.2. The Haskell IHS Clinic is a tobacco/smoke free environment (buildings and grounds). No tobacco /smoking use shall be tolerated during service. 5.3. Security Requirements: Contractor personnel shall be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include, but are not limited to, escort by Haskell IHS Clinic official, presenting valid identification, smoking restriction and any safety procedures. 5.4. No equipment that contains sensitive government information shall be removed from the premises without consulting with Haskell Indian Health Center Information Technology personnel. 5.5. The contractor shall not disclose or cause to disseminate any information concerning operations of the Haskell IHS Clinic. Such action(s) could result in violation of the contract and possible legal actions. 5.5.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor shall coordinate the delivery, installation, and training date with the designated government employee. The government shall provide the contractor access and building access for this sole purpose. No deliveries can be made after 4:15pm. Driver needs a valid ID. Facility does NOT have a loading dock, contractor will need lift gate upon delivery. Facility can provide pallet jack if needed. 3 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC shall be empowered to make daily decisions to ensure that the contract implementation and day-to-day management that meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES 7.1. The Government shall supply network connectivity or telephone access as needed. The Government shall also provide access to the facility and escort as needed within business hours. 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1. The contractor shall furnish all personnel, materials, supplies, and equipment required to perform work under the contract, to include but not limited to: equipment, tools, parts, and testing equipment. 9. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/46ac81d533814f288bbede344be52e21/view)
- Place of Performance
- Address: Lawrence, KS 66046, USA
- Zip Code: 66046
- Country: USA
- Zip Code: 66046
- Record
- SN07097759-F 20240616/240614230121 (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 |