Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOLICITATION NOTICE

65 -- NX EQ Milling/Drilling Machines: Dental (VA-24-00021843)

Notice Date
8/19/2024 10:33:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G24Q0118
 
Response Due
9/4/2024 10:00:00 AM
 
Archive Date
10/04/2024
 
Point of Contact
Alanna Wilson, Contract Specialist, Phone: 202-316-4366
 
E-Mail Address
Alanna.Wilson@va.gov
(Alanna.Wilson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Solicitation Number: 36C10G24Q0118 Notice Type: Combined Synopsis/Solicitation Synopsis: COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for brand name or equal commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, -Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 36C10G24Q0118 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Quote (RFQ). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 MAY 2024. Requirement Description: The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has a requirement to purchase Milling/Drilling Machines: Dental to deliver patient care at its VA Medical Centers around the country. Milling/Drilling Machines: Dental are designed for use in working materials into a desired form by performing mechanical operations such as milling, drilling, grinding and/or cutting. These machines usually consist of a rotating assembly (also known as spindle) that includes a shaft, bearings and associated detachable drilling or cutting devices (e.g., drill bits, saws) and a support for the piece that is being conformed. Dental Milling/Drilling Machines hold the piece under work stationary as the drill moves axially to penetrate the material as well as moving the piece under work radially and/or laterally against the rotating spindle. Both the piece and spindle movements are precisely digitally controlled using computer-aided design and computer-aided manufacturing (CAD/CAM) methods. Milling/Drilling Machines may be used for a variety of applications including chair side, in on-site dental and off-site dental labs. A single award Requirements Contract will be awarded IAW FAR 52.211-6 Brand Name or Equal, accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114 - Abrasive points, wheels, and disks, dental, manufacturing: 6520 Dental, Instruments, Equipment, and Supplies. and the associated size standard is 750 employees. This procurement action is issued as a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. This acquisition is for FAR Part 16.5 for Dentsply ® or equal Milling/Drilling Machines: Dental and related equipment and accessories as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ Milling/Drilling Machines: Dental. All interested Quoters shall provide a quote for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE NX EQ Milling/Drilling Machines: Dental. The ordering period is for one 12-month base year with four 12-month option years. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition. The Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Addendum is attached. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. Addendum is attached. All interested quoters must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at https://sam.gov/SAM/. Questions regarding this combined synopsis/solicitation are due via email by 11:00 AM EST on August 23, 2024, to Contract Specialist, Alanna Wilson at Alanna.Wilson@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov. No calls will be accepted. Quotes are due via email by 1:00 PM EST on September 4, 2024, to Contract Specialist, Alanna Wilson at Alanna.Wilson@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov. 1. SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment (NX) National Program has identified the Milling/Drilling Machines: Dental product line as a candidate for a VA-wide (otherwise referred to as ""national"") single Requirements contract award. Milling/Drilling Machines: Dental are designed for use in working materials into a desired form by performing mechanical operations such as milling, drilling, grinding and/or cutting. These machines usually consist of a rotating assembly (also known as spindle) that includes a shaft, bearings and associated detachable drilling or cutting devices (e.g., drill bits, saws) and a support for the piece that is being conformed. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Milling/Drilling Machines: Dental to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. 2. REQUIREMENT This requirement will be IAW FAR clause 52.211-6, Brand Name or Equal which requires the offeror indicate that each product being offered as an equal product to the Dentsply ® Milling/Drilling Machines: Dental. For each product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements. The following line items comprise the Milling/Drilling Machines: Dental product line: Contract Line Item# Brand Part Number Description 0001 Dentsply Sirona 6726561 CEREC Primell High-Performance, milling/drilling unit 0002 Dentsply Sirona 100005132 InLab MC X5 US including Extraction Milling and Drilling Unit, Wet and/or Dry, Lab use 0003 Dentsply Sirona 100006252 Suction Unit (Dry Milling) 120VAC 0004 Dentsply Sirona 100003966 INEOX X5 Scanner, PC and Monitor 0005 Dentsply Sirona 6692714 CEREC Primescan (DI) 0006 Dentsply Sirona 672771 CEREC Software 0007 Dentsply Sirona 6580786 SpeedFire Oven 0008 Dentsply Sirona 6149871 3D On-Site Training for Primell and Primscan 0009 Dentsply Sirona 6149640 INLAB INEOS On-Stile Training 0010 Dentsply Sirona 6092394 CEREC Preventive Maintenance for Complete System. (One Mill, One Scanner) Year 1-3 0011 Dentsply Sirona 6286095 CEREC Preventive Maintenance for Complete System. (One Mill, One Scanner) Year 4 0012 Dentsply Sirona 6286228 CEREC Preventive Maintenance for Complete System. (One Mill, One Scanner) Year 5 0013 Dentsply Sirona 6286202 CEREC Sustainment Preventive Maintenance PrimeScan Unit Only - 3 years 0014 Dentsply Sirona 6286228 CEREC Sustainment Preventive Maintenance Milling Unit Only - 3 years The Department of Veterans Affairs (VA) is seeking vendors who can provide Dentsply ® or equal Milling/Drilling Machines: Dental identified above which meet all the Salient Characteristics (SC's) listed below. The Government intends for offerors to include all ancillary items, to ensure the equipment can function as designed by the OEM and as clinically required. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A - Price Cost Schedule) of the solicitation. Additionally, responses can include any additional product and other product-related services necessary to obtain the supplies as required that may be beneficial and essential to the functionality of the proposed solution. These items must be clearly identified by brand name and part number. When offerors include their additional proposed product items/services, these items may be considered for evaluation, and must be captured in the vendor s pricing volume with an estimated quantity of zero. CLIN 0001-0002 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION PAGE # WHERE are the SC located IN TECHNICAL LITERATURE SC 1 The Milling/Drilling Machines: Dental must provide milling, drilling, and/or grinding (wet and/or dry) of dental restorations. Literature Review CLINs 0005-0006 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION PAGE # WHERE are the SC located IN TECHNICAL LITERATURE SC 2 The Milling/Drilling Machines: Dental must provide dental scanning and display of 3D models for the purpose of producing dental restorations. Literature Review Vendors may quote any product solution or configuration so long as they meet the Salient Characteristics. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A, Price Cost Schedule) of the solicitation. Vendors may quote any additional ancillary products which they deem to be essential to the functionality of the proposed solution; these items must be captured in the Vendor s pricing volume with a quantity of zero. SOFTWARE INSTALLATION AND UPDATES The Contractor grants to VA non-exclusive, non-transferrable licenses to use the Dentsply Sirona Milling/Drilling Machines: Primell and Primscan and all associated accessories and software, including any documentation, for the systems intended purposes. At no additional cost, Customer will be entitled to Software updates when such updates are made generally available without cost to other licensees of the software. The Contractor shall coordinate the installation of any software upgrades with designated facility POC and Biomedical engineer. MAINTENANCE, REPAIRS AND REPLACEMENT Preventative Maintenance will be performed as prescribed by the manufacturer s specifications. Maintenance, repairs and replacement will be performed by authorized technicians and will be coordinated through the designated facility POC and Biomedical Engineer. PRODUCT REFRESH   Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, a superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, IDIQ price (inclusive of Service Level Agreement (SLA) fee), etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements, see attachment 5. The contractor shall provide the COR and CO the following information for product refresh: (1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule (to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA fee)); (2) Product literature for the item(s) refreshed. (3) A detailed description of the differences or benefits of refreshed as compared to the item(s) being discontinued or added. (4) Proper identification of any product requirements and/or procedures related to those product(s) proposed to be refreshed or upgraded. (5) FDA approval, if applicable (6) Provide historical sales to VA by item(s), if applicable (7) Copy of Commercial Warranty. The request shall be submitted to the COR, copy to the Contract Specialist and Contract Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution. PRODUCT REMOVAL OR RECALL For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer shall resolve any defects or potential dangers by repairing or replacing the product at no cost to the government. The manufacturer agrees to take following steps immediately: Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/116e3d81a0eb45da890d20aff7abf649/view)
 
Place of Performance
Address: Nationwide
 
Record
SN07176537-F 20240821/240819230121 (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.