Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2025 SAM #8664
MODIFICATION

65 -- INTRAORAL SCANNER

Notice Date
8/14/2025 1:57:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24725Q0883
 
Response Due
8/21/2025 9:00:00 AM
 
Archive Date
10/05/2025
 
Point of Contact
Darius Crane, Contracting Officer, Phone: (843) 577-5011
 
E-Mail Address
darius.crane@va.gov
(darius.crane@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Solicitation Number: 36C24725Q0883 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. The solicitation number is 36C24725Q0883and is issued as a Request For Quotation (RFQ) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2025-05, August 7, 2025. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) This solicitation is issued as a total set aside for Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 750 employees. This requirement consists of the following BRAND NAME or equal item(s): ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3SHAPE TRIOS 5 SCANNER LOCAL STOCK NUMBER: 820-0534 2.00 EA 0002 SW TRIOS CORP CARE SUB 4 YRS LOCAL STOCK NUMBER: 820-0558 2.00 EA 0003 Dell Precision 7680 w/ 3yr wty LOCAL STOCK NUMBER: 145-8873 2.00 EA 0004 #2: 3Shape Remote Onboard Training LOCAL STOCK NUMBER: 820-0403 1.00 EA GRAND TOTAL B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0004 SHIP TO: Department Of Veterans Affairs Tuscaloosa VAMC Warehouse 3701 Loop Road East Tuscaloosa, AL 354049-5015 USA ALL 30 DAYS ARO Specific features: Brand Name or Equal New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. Salient Characteristics: The intraoral scanning system must include the following: Digital impression can be done faster than the setting time of conventional impression materials, reduce set up time of the operatory, can be seen immediately to know if it is done well and prevents the need for a second final impression Reducing chair time can increase productivity increasing profitability/cost savings. Saved digital scans can be used for cases that a patient may lose a crown, bite splint, etc. or for implant cases or as diagnostic casts, can be referenced for emergency appointments and used for future treatment. The lab and providers can take images of scans and directly markup images to improve communication to have immediate feedback on the quality of their work by being able to see it on a screen and being able to magnify their work as well as change it will ease Can be used for treatment not currently done at VA Dental Clinic: Implant placement planning, Implant restorations, Full mouth restorations design, monitoring oral presentation over time: snapshots over time and overlaps to show changes, Communication with milling, potential to mill surgical guides, mill crowns for same day delivery or reduced turn around. Communication with 3-D printers printing of surgical guides, casts, dies, provisional crowns, smile designs, crown wax-up for investing and casting The equipment should provide widest range of treatment options with verified CAD/CAM lab workflows: Crowns, Bridges, Veneers, inlays, onlays, Removable partial dentures, Temporary crowns and virtual diagnostic wax-ups, Post and core Abutments, implant bridges and bars, and full study model scanning including vestibular and palatal areas. Must include Includes software necessary for capture of images, editing and laboratory communication with ability of future updates and upgrades Capability to integrate additional componentry including software expansion for diagnostic planning, implant treatment planning and milling services Provide fast, accurate, powder-free scanning with option for full arch scanning and articulation Scanning all surfaces in oral cavity, including semi-transparent ortho brackets and high gloss metals. Removable scanner tips, with ability to sterilize by autoclave Supports open platform STL files, which will not limit the ability to communicate with other manufacturers milling machines. 2) Complete generic identification intraoral digital scanner with design software for all dental prostheses The items for this solicitation are to be delivered to: DELIVER TO: Tuscaloosa VAMC Warehouse 3701 Loop Road East Tuscaloosa, AL 35404-5015 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms at least 2 years of satisfactory and relevant experience/past- performance providing the same type of required items and support services. Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. Company must be registered in the System for Award Management (SAM) located at https:// www.sam.gov and is the required socio- economic category in Veterans Small Business Certification (VetCert) https://veterans.certify.sba.gov/ 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222- 36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. Please place ATTENTION: INTRAORAL SCANNER 36C24725Q0883 in the subject line of your email. Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE August 21, 2025, at 12:00 PM EST. Only electronic offers will be accepted; submit quotation to Darius Crane, Contracting Officer e-mail darius.crane@va.gov. Please place ATTENTION: INTRAORAL SCANNER 36C24725Q0883 in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. Contact information Contracting Office Address: Department of Veterans Affairs Network Contracting Office 7 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f815f232e864fa185703c785d91be5c/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Integrated Service Network 7 Tuscaloosa VAMC 3701 Loop Road East, Tuscaloosa 35404, USA
Zip Code: 35404
Country: USA
 
Record
SN07550754-F 20250816/250814230047 (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.