Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2024 SAM #8373
SPECIAL NOTICE

65 -- Intent to Sole Source - CEREC Primescan Training and Extended Maintenance Agreement. This is not a Request for Quote

Notice Date
10/28/2024 9:06:03 AM
 
Notice Type
Special Notice
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0052
 
Response Due
11/6/2024 1:00:00 PM
 
Archive Date
01/05/2025
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
VA Pittsburgh Healthcare System H. J. Heinz Division CEREC Primescan Training and Preventive Maintenance Agreement Statement of Work (SOW) Background: The VA Pittsburgh Healthcare System H. J. Heinz Division at 1010 Delafield Road, Pittsburgh, PA. 15215 (646A) has a new Brand Name only requirement for one (1) CEREC 3D on-site training, along with CEREC Sustainment agreements because four (4) CEREC Primescan were procured through ECAT and are part of a time-sensitive transition to computer-aided prosthetic fabrication in-house. Training and sustainment agreements are now needed for the Dental Clinic to transition to computer-aided prothesis fabrication. This equipment package will create an in-house prosthetic fabrication for the Dental Clinic. Scope of Work: The CEREC Primescan is an intraoral scanner necessary to acquire 3D scans of a patient s mouth for the purpose of using this scan to design dental prostheses. On ECAT, four (4) brand name CEREC Primescans were procured. The CEREC training, and sustainment agreements are now necessary to complete the project. Item Description Catalog Number Quantity CEREC 3D on-site training 6149871 1 CEREC Sustainment Extension years 4&5 Annual Pay 6286095 8 CEREC Sustainment Acquisition Unit Only -3 years 6286202 4 CEREC Sustainment Acquisition Unit 3 years Quantity of four (4), is for each of the CEREC Primescans that were procured through ECAT. Includes preventative maintenance and software updates. 800 Technical Phone Support: Customer will receive free telephone support during the Term through the Manufacturer s CEREC Hotline at 800-504-8051 Support is available during normal business hours in Charlotte, North Carolina, 5 days per week (Monday - Friday). CEREC Sustainment Extension Years 4 & 5 preventative maintenance and software updates. Quantity of eight (8), is coverage for four (4) CEREC Primescans each on year 4, and four (4) CEREC Primescans each on year 5. 800 Technical Phone Support: Customer will receive free telephone support during the Term through the Manufacturer s CEREC Hotline at 800-504-8051 Support is available during normal business hours in Charlotte, North Carolina, 5 days per week (Monday - Friday). Annual Scheduled Maintenance: The contractor shall schedule and provide, or shall cause its designee to provide, one (1) Scheduled Maintenance on the Equipment each year during the Term. With respect to the Acquisition Unit / Imaging Device, exterior examination for wear or damage (including covers, exterior surfaces, camera, cabling, casters), service of components (including cooling filter, trackball cleaning, and heater shimming) and calibration or adjustment of the PC components, camera system, software settings, heater, and transmitter. With respect to the Milling Unit / Ovens, exterior examination for wear or damage (including covers, exterior surfaces, cabling, chamber components and tank), internal examination for wear or damage (inducing water/air systems, gearing, sensors, and harnesses), service of components (including water system flush) and calibration and adjustment of milling components, water/air systems, scanner (if applicable), sensors, switches, and transmitter. Scheduled Maintenance will include the replacement of parts found to be necessary because of such examinations or inspections, as well as the labor to install such parts. Software Update means software provided by the Manufacturer, which constitutes an Improvement to the existing software. Further, if additional computer hardware or mechanical hardware is required for any future Software Update or Upgrade, the Customer is responsible for obtaining such computer hardware or mechanical hardware separately from Sirona, at the Customer s expense. Software Upgrade means software provided by the Manufacturer, which constitutes a new version of the existing software and adds new clinical indications (e.g., implants or bridges) or a new operating system that fundamentally alters the interface between the user and Equipment. Further, if additional computer hardware or mechanical hardware is required for any future Software Update or Upgrade, the Customer is responsible for obtaining such computer hardware or mechanical hardware separately from Sirona, at the Customer s expense. Other special requirements or situations If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to formally explain (include the original deliverable due date) in writing to the COR (Contracting Officer Representative) and CO (Contracting Officer) the justification for late delivery. The formal document shall include a firm commitment of when the work shall be completed. This notice to the COR and CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with the FAR. CHANGES TO STATEMENT OF WORK Any changes to this SON shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of contractor s staff, sub-contractors, and all other parties other than the CO shall be the responsibility of the contractor. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VA Medical Center s. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. Smoking All VA property is smoke-free. Contractor personnel will comply with VA smoking policies. Violations will result in a warning and possible citation. COVID-19 Upon entering CMCVAMC, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by CMCVAMC. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. End of Statement of Work (SOW) Instructions to Vendors: The information identified above is intended to be descriptive, of the Brand Name only - CEREC Primescan 3D Training and Extended Preventive Maintenance Agreement, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339114. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (9) Please submit your capabilities regarding the brand name equipment. (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Wednesday November 6, 2024, this notice will help the VA in determining available potential sources only. Reference 36C24424Q0052 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago at david.santiago2@va.gov. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.SAM web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c34112b813634c73a2b32b2b2d16edc9/view)
 
Record
SN07250333-F 20241030/241028230100 (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.