SOLICITATION NOTICE
65 -- Dental Furnaces
- Notice Date
- 2/23/2012
- Notice Type
- Presolicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N6264512R0017
- Response Due
- 3/8/2012
- Archive Date
- 4/8/2012
- Point of Contact
- Jason Winings 301-619-4523
- E-Mail Address
-
jason.winings.ctr@med.navy.mil
(jason.winings.ctr@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)) with Ivoclar Vivadent, Inc., 175 Pineview Drive, Amherst, NY, 14228, as the only responsible source that can provide (5) dental laboratory furnaces with (5) vacuum pumps that are capable of meeting the minimum requirements of the government. The Naval Fleet has a need for a Dental Laboratory Furnace to be used for dental preparations onboard multiple Naval vessels. The furnace shall be a combination pressing/firing furnace for the processing of press ceramics and firing of layering ceramics; shall be compatible with Ivoclar Vivadent IPS e.max and IPS d.SIGN ceramics; shall integrate electronic heating without a requirement for any flammable gas source; shall be capable of a maximum firing temperature of 1200 degrees Celsius; shall be capable of automatic temperature calibration; shall have an integrated electronic press drive and shall not require a compressed air source; shall be capable of accommodating 100, 200, and 300 gram ring sizes; shall be capable of detecting flaws in the rings in order to save restorations; shall have integrated touchpad and/or keypad controls; shall have a minimum of 20 programmable Press programs which shall have preloaded parameters for Ivoclar Vivadent materials; shall have a minimum of 400 programmable Firing programs which shall have preloaded parameters for Ivoclar Vivadent materials; shall be capable of software upgrades; shall include an oilless vacuum pump which derives its power source from the furnace and shall be automatically controlled by the furnace. The furnace, excluding the vacuum pump, shall fit within a surface footprint not to exceed 13 inches in width and 19 inches in depth. The total weight of the furnace and vacuum pump shall not exceed 65 pounds; shall be capable of operating on 120VAC, 60Hz, and shall not exceed a maximum current consumption of 12.0 Amps. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The 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. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339114 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at jason.winings.ctr@med.navy.mil. Statements are due no later than 4:00 PM EST on 08 MAR 2012. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512R0017/listing.html)
- Record
- SN02681362-W 20120225/120223234654-d07b9865531b7b05dbfc22d749a00821 (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 |