Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOLICITATION NOTICE

65 -- CEREC Acquisition Unit

Notice Date
8/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen St Bldg 216, Shaw AFB, SC, 29152-5004, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4803-07-Q-A162
 
Response Due
8/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4803-07-Q-A162 and is issued as a Request for Quotation (RFQ). This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This is a firm-fixed price procurement and award selection will be made based on best overall value. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-11, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20060616 and Air Force Acquisition Circular (AFAC) 2006-0515. This solicitation is set-aside 100% to small businesses, contracting will not entertain any quotes from large businesses. For informational purposes the North American Industry Classification System code is 339114 (Dental equipment and suppliers manufacturing) and size standard is 500 employees. This is a ?brand name? request for the following items, therefore the ?or equal? does not apply. CLIN 01: One each CEREC Chair side Acquisition Unit (P/N 5851055). This system is a mobile chair-side dental CAD/CAM (computer-assisted design/computer-assisted machining) unit designed to display a three dimensional (3-D) digital image to assist with fabricating all-ceramic inlays, on lays, copings, crowns and 3-unit fixed partial denture substructures from millable ceramic blocks. The unit allows the dental provider to take a three-dimensional digital picture of the prepared tooth (teeth) rather than take a dental impression. The price includes unit components, software, manuals, and basic training given at time and location of delivery. Free upgrades to the associated software are required. See ?brand name? justification document below. DEPARTMENT OF THE AIR FORCE JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION CEREC ACQUISITION UNIT Purchase NR: FM480362690011 I. CONTRACTING ACTIVITY AND ORGANIZATIONAL ACTIVITY REQUESTING THE REQUIREMENT ? Contracting Activity: 20th Contracting Squadron 321 Cullen Street Shaw AFB, SC 29152 ? Requesting Activity: 20TH Medical Group/SGSL 431 Meadowlark St. Shaw AFB SC 29152 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED A new firm-fixed priced contract shall be awarded to purchase the following brand name item, one each CEREC Acquisition Unit. The use of such brand name description in this acquisition is essential to the Government?s requirement, thereby precluding consideration of a like product manufactured by another company III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY?S NEEDS The CEREC Acquisition Unit is a CAD/CAM (computer-assisted design/computer-assisted machining) unit, is mobile, houses a medical grade computer and the CEREC camera. Dentist uses the camera to take a digital picture of the prepared tooth. This picture is used instead of a traditional impression. The computer and CEREC three dimensional (3-D) software converts the digital picture to a 3-D virtual model of your prepped tooth. The dentist then designs the restoration right on screen using the software while the patient waits. This software assist dentist with designing any single tooth restoration: crowns, inlays (fillings), onlays (partial crowns), and veneers. Once the dentist has designed the restoration (usually about 5 minutes), he or she clicks a button, and the design data is communicated via a wireless radio signal to the CEREC Milling Unit. This purchase request will include a 24-month warranty and hands on training to be conducted at Shaw AFB SC. This acquisition has an estimated delivery date of 60 days after award of contract. Price includes full system components, hardware, software, operating manuals, hands on training course at Shaw AFB, and any shipping charges. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(c)(1), as implemented by FAR 6.302-1, ?Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement.? V. DEMONSTRATION THAT THE CONTRACTOR?S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) A. United States Air Force?s (USAF) Dental Evaluation and Consultation Service study was conducted in 2004 to evaluate the operational efficiency of this unit and it the unit received an ?Excellent? rating for use in USAF facilities. I discussed this acquisition with Colonel Alan Sutton the Director of Peterson Area Dental Laboratory who is also the military consultant to the Surgeon General for Prosthodontics/Dental Laboratories. He stated Air Staff has determined it is essential that CAD/CAM equipment capabilities be standardized across the Air Force. Accordingly Colonel Sutton is instructing Air Force Bases to purchase CEREC name brand equipment and instructs units to consider going sole source directly to Sirona Dental Systems as most advantageous to the Government. It is mission essential that software systems are compatiable therfore, ensuring flow of information necessary to preform required tasks. B. Market research revealed that Sirona Dental Systems is the only manufacturer of the CEREC brand name equipment. They are committed to technological innovation, manufacturing excellence, and dedicated to creating and producing the finest dental equipment available. Their products represent cutting-edge of modern dental treatment, research, and development. An example of this can be seen in their inLab CAD/CAM dental systems which made Sirona the leader in the dental laboratory market. C. The 20th Contracting Squadron believes that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the Air Force?s requirements. Accordingly, Sirona Dental Systems is the only firm capable of providing the dental equipment described in Section III above without the Air Force experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE A. Market research conducted on the Federal Business Opportunities (FedBusOpps) revealed the following sources sought results. 1. Solicitation number FM480063560349 posted on 28 December 2007 by the 1st Contracting Squadron stated they were soliciting purchase of CEREC brand name dental equipment on a sole source basis and they intend to negotiate a firm-fixed price purchase order with Sirona Dental Systems. 2. Solicitation number F4D4A16233A600 posted on 12 September 2006 by 30th Contracting Squadron stated they intend to award a sole source firm-fixed price contract with Sirona Dental Systems for the CEREC brand name dental equipment. 3. Solicitation FM485262431204 posted 9 September 2006 by 99th Contracting Squadron stated they intend to award a sole source firm-fixed price contract to Sirona Dental Systems for the CEREC brand name dental equipment. 4. Solicitation number VA-SNOTE-060130-001 posted 30 January 2006 by the Department of Veterans Affairs Medical Center stated they intend to award a sole source firm-fixed price contract to Sirona Dental Systems for various CEREC brand name dental equipment on behalf of 437th Medical Group, Charleston AFB SC. B. Other Actions. Other brand name CAD/CAM dental equipment is available that can provide similar services/capabilities but cost two to three times more. The mandate from Air Staff stating it is essential CAD/CAM equipment capabilities be standardized across the Air Force precludes purchasing other brand name systems with similar capabilities. Market research has revealed similar CEREC brand name equipment has already been acquired by numerous other Air Force Bases to include; Peterson Area Dental Laboratory, Hickam AFB HI, Patrick AFB FL, Kadena and McConnell AFBs. Peterson Area Dental Laboratory is the central-hub for dental procedure/support for Shaw AFB. See Section VIII for actions taken to facilitate competition for this acquisition. All other actions to locate other sources were unsuccessful VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE A. The CEREC Acquisition Unit is part of a larger integrated dental capability initiative to standardized future 3-D capable dental equipment and CAD/CAM software across the Air Force per Air Staff directive. Discussions with Sirona Dental Systems revealed the following. 1. The military is one of a few organizations that are allowed to purchase the system directly from the manufacturer (Sirona Dental Systems) thus saving thousands of dollars off the standard retail price if purchased through a distributor. 2. There are only a couple of dealers/wholesalers through which to purchase this CEREC dental systems. Patterson Dental Supply is the exclusive dealer for CEREC type system in US and Canada. Individual distributors add on appropriate pricing to the manufacturer?s price to meet their individual expenses and profit margins. B. The Contracting Officer has determined the anticipated cost of this equipment is considered fair and reasonable based on the unique Air Force wide hardware/software integration initiative and the information provided in this justification and approval document. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED As described in Section VI above, market research, in accordance with FAR Part 10, was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. A. Market research discussions with Sirona Dental Systems revealed the following. 1. The military is one of a few organizations that are allowed to purchase the system directly from the manufacturer. 2. Normally, if purchased from a distributor the training course enrollment fee and materials are included in the price but the organization must pay travel expenses to Brea California or Amherst NY. If purchased directly from manufacturer (Sirona) the manufacturer will conduct the training course at Shaw AFB, thus saving resources. B. I spoke with the contracting unit at Patrick AFB. Based on market research, they made the determination it was advantageous to the Government to purchase the CEREC brand name dental equipment directly from Sirona Dental Systems. C. I spoke with dental personnel at McConnell AFB. They provided the following comments: 1. They have high praise for the CEREC acquisition unit 2. The price paid by McConnell for the Acquisition unit was $39,985.00, 30. It was purchased through Veteran Administration. D. Market research conducted on the Federal Business Opportunities (FedBusOpps) revealed the following. 1. Solicitation number FM480063560349 posted on 28 December 2007 by the 1st Contracting Squadron stated they were soliciting purchase of CEREC brand name dental equipment on a sole source basis and they intend to negotiate a firm-fixed price purchase order with Sirona Dental Systems. 2. Solicitation number F4D4A16233A600 posted on 12 September 2006 by 30th Contracting Squadron stated they intend to award a sole source firm-fixed price contract with Sirona Dental Systems for CEREC brand name dental equipment. 3. Solicitation FM485262431204 posted 9 September 2006 by 99th Contracting Squadron stated they intend to award a sole source firm-fixed price contract to Sirona Dental Systems for the CEREC brand name dental equipment. 4. Solicitation number VA-SNOTE-060130-001 posted 30 January 2006 by the Department of Veterans Affairs Medical Center stated they intend to award a sole source firm-fixed price contract to Sirona Dental Systems for various CEREC brand name dental equipment on behalf of 437th Medical Group, Charleston AFB SC. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION Sirona Dental Systems is the sole manufacturer of this CEREC brand name dental equipment. There are only a few dealers/wholesalers through which to purchase this system. Patterson Dental Supply is the exclusive dealer for CEREC type system in U.S. and Canada. Individual distributors add on appropriate pricing to manufacturer?s price to meet their individual expenses and profit margins. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES OR SERVICES REQUIRED Pending a change in Air Staff?s technical requirements, the integrated dental capability initiative to standardized 3-D capable dental equipment and CAD/CAM software across the Air Force, or another manufacturer of the CEREC brand name equipment, this office is limited in the ability to overcome the competition barrier. XII. CONTRACTING OFFICER?S CERTIFICATION The contracting officer?s signature on the Coordination and Approval Document evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief (FAR 6.303-2(a)(12)). XIII. TECHNICAL/REQUIREMENTS PERSONNEL?S CERTIFICATION As evidenced by their signatures on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete (FAR 6.303-2(b)). End of J & A document. A PDF file of the J&A to include the final page containing the coordination and approval signatures can be provided upon request. The RFQ?s submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, and telephone number of offeror, terms of the expressed warranty, quantity, unit price, any discount terms, total dollar amount, and acknowledgement of all solicitation amendments (if applicable). Price must include any shipping charges. FOB Point: Destination to 20th Medical Group, 431 Meadowlark St. Bldg 1048, Shaw Air Force Base South Carolina. Quote shall also contain all other documentation specified herein. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Period of Acceptance for Offerors: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is stated in an addendum to the solicitation. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). The following FAR provisions also apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, and FAR 52.212-3, Offeror Representations and Certification. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote confirms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price and delivery. IAW FAR 4.1201, offerors shall complete a copy of the Online Offeror Representation and Certification Application (ORCA) at http://orca.bpn.gov. Offerors that fail to maintain current Representative and Certification information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following additional clauses are applicable to this solicitation and are incorporated either by full text or by reference: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; paragraphs (a), (b) (5)(i) (15) (16) (17) (18) (19) (20) (21) (22) (26)(33). FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR S 252.225-7036, Buy American Act- Free Trade Agreement ? Balance of Payment Program (JUN 2005)(Alternate I)(JAN 2005)(41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.246-7000, Material Inspection and Receiving Report; AFFARS 5352.201-9101 Ombudsman. POC is Mr. Raymond Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371, Fax: (757) 764-4400, email: raymond,carpenter@langley.af.mil. Quotes shall be marked with the Request for Quotation number, date and time. Facsimile and electronic mail proposals will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. OFFERORS MUST ALSO BE REGISTERED IN WIDE AREA WORKFLOW via the Internet at https://wawf.eb.mil for invoicing and payment purposes. All quotes shall be received on later than 30 August 2007 at 4:00 p.m. EST. Quotations may be submitted via email to dale.yarbrough@shaw.af.mil, faxed to 803-895-5352, or mailed to the attention Mr. Dale R. Yarbrough at 20 CONS/LGCAA, 321 Cullen Street, Shaw AFB, SC 29152.
 
Place of Performance
Address: Shaw AFB South Carolina
Zip Code: 29152
Country: UNITED STATES
 
Record
SN01374909-W 20070818/070816221138 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.