SOLICITATION NOTICE
65 -- Dental Delivery System - Pricing Sheet
- Notice Date
- 1/4/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N0002411RX22095
- Archive Date
- 2/3/2012
- Point of Contact
- Jaime R. Belletto, Phone: 3016193020
- E-Mail Address
-
jaime.belletto@med.navy.mil
(jaime.belletto@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Pricing Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, 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 is N0002411RX22095. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-54 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 339114 with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing an Dental Delivery System with the following: SALIENT CHARACTERISTICS: Shipboard Dental Delivery Unit Salient Characteristics The item shall include a chair, handpiece delivery system, light, assistant's instrumentation, utility box, power supply, and doctor and assistant stools. The Handpiece Delivery System shall be a chair mounted assembly and have left/right compatibility without the need for tools or disassembly of the system; incorporate dual touch pads for ambidextrous use; incorporate a self-contained water system and be equipped with holders and tubing for an air/water syringe, one 4-hole handpieces, one 6-pin fiberoptic handpiece; and a 5 hole fiber optic tubing; have an integrated Intra-Oral light Source (dual voltage for two handpieces); have a mechanism for adjusting the drive air to each handpiece, incorporate a drive air pressure gauge; incorporate a master control for energizing/de-energizing air, water and electricity to the control head; incorporate an arm brake, incorporate a shipboard locking arm, incorporate a tray holder; incorporate a foot control with wet/dry toggle and chip blower function. The Assistant's Instrumentation shall be chair mounted; incorporate touchpad controls and have a 4 position holder for an autoclavable syringe, High Volume Evacuation (HVE) and saliva ejector and one empty holder. The System Light shall be chair mounted, have left/right compatibility without the need for tools or disassembly of the system, incorporate a shipboard locking arm, incorporate an on/off switch, multiple intensity selector and focal adjustment, incorporate a halogen bulb with a Color temperature in a range between 4900 and 5100 degrees Kelvin, minimum lux of 16,000 and maximum lux not to exceed 25,000. The Power Supply shall be a minimum 300-watt supply with connections for the system light, handpiece controls, and accessories. The Utility Box and cover shall be of stainless steel construction, capable of being mounted to a floor or wall, contain regulated air and water valves with integrated filters and have space for the 300-watt power supply and a 120VAC Duplex Outlet,. The utility box shall also incorporate an external light to indicate the power supply is energized. The system chair shall be equipped with seamless upholstery; integrate an air/water quick disconnect; be equipped with a multi-function footswitch capable of being programmed with a minimum of 2 seat positions; contain an internal umbilical for the cabling and hoses associated with the light, handpiece delivery system and assistant's instrumentation; incorporate integrated arm supports; have an adjustable, double articulating headrest; have a duplex receptacle; have a minimum patient weight capacity of 300 pounds. The base plate of the chair shall be 27 inches wide and 33.75 inches long and be capable of being attached to the shipboard deck. The chair dimensions in the lowered flat position shall not exceed 74 inches in length and 27 inches in width. The chair in the maximum raised, flat position shall not exceed 87 inches in length. The system shall operate on 110-120VAC, 60Hz supply. The Doctor Stool shall have a contoured seat and back, be mounted on casters and have an adjustable seat height ranging from a minimum of 18.5 inches to a maximum of 25 inches. The Assistant's Stool shall have a contoured seat and a torso support, be mounted on casters and have an adjustable seat height ranging from a minimum 22.5 inches to a maximum 29 inches. Description Cat # Qty U/I Price Extended Price SEE ATTACHED SPREADSHEET FOR LIST OF EQUIPMENT Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Delivery: On-site delivery Pascagoula, MS Regulatory Requirements: The Dental Delivery System and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the defined salient characteristics. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet or exceed the defined salient characteristics.) 2. Price (all CLINs shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; 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. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.204-10, Reporting Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination FAR 52.247-32 F.O.B. Origin, Freight Prepaid may apply if the Government is required to pay for shipping. DFARS 252.211-7003, Item Identification and Valuation (if applicable). DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 12:00 p.m. Eastern Time on 19 January 2012. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 10 January 2012 No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0002411RX22095/listing.html)
- Place of Performance
- Address: Pascagoula, Mississippi, United States
- Record
- SN02648872-W 20120106/120104234655-a62283f96367fc55815edf6a71c6dad4 (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 |