Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
DOCUMENT

65 -- 649-18-3-042-0085 - Dental Chairs - Attachment

Notice Date
8/14/2018
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9590
 
Archive Date
8/15/2018
 
Point of Contact
Theresa.Hamilton@va.gov
 
E-Mail Address
,
 
Small Business Set-Aside
N/A
 
Description
Sources Sought This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business or other designation and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 339114 (750 Employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov Written responses emailed to the point of contact for this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may or may not be published in the Federal Business Opportunity (Fedbizopps/www.fbo.gov) website and/or in GSA eBuy. If solicitations are requested they will be requested per FAR and VAAR regulations. Responses to this sources sought synopsis are not considered adequate responses to future solicitation announcements. All interested offerors shall respond to the requisite solicitation announcement in addition to responding to sources sought announcements. All interested Offerors should submit information by e-mail to Theresa.hamilton@va.gov All information submissions shall be received no later than the time designated on FBO Response Date/Time. After review of the responses to this announcement, if the Government intends to proceed with the acquisition and a subsequent solicitation may be published. Northern Arizona VA Healthcare System (NAVAHCS) STATEMENT OF WORK Dental Chairs Purpose: Purpose of this requirement is to replace our aged dental operating units/delivery systems otherwise known as dental chairs. This requirement consists of equipment for 8 complete dentist chair/operatory delivery systems AND installation. Deliverables: Brand Name Equipment requirements for the dental chairs and systems are as follows: Operating system: Brand Name Duo Delivery system where the delivery system is behind the patient. 2.1 1 KIT Brand Name Dental EZ Air Glide Dental Chairs w/Air Glide (Pre-Tube) Part# UD3706-275C NUSIMPLICITY CHAIR W/AIR GLIDE(PRE-TUBE) STANDARD UPHOLSTERY (COLOR TBD) Part# 3625-898 DOUBLE ARTICULATING HEADREST Part# 3625-858 WIRED FOOT CONTROL Part# 3680-416 AIR/WATER, DUPLEX OPTION, NUSIMPLICITY (QUICK DISCONNECTS) Part# 3951-308 CABLE W/POWERED USB/SURGE PROTECTOR Part# UD3655-314G GALAXY TRADITIONAL L/R MOUNTED DELIVERY UNIT (DOCTOR ) Part# 3680-373 PIEZO SCALER W/LED Part# 3655-321 UNIT MOUNT TOUCH PAD FOR NUSIMPLICITY Part# 3625-762 24V POWER SUPPLY Part# 3680-338 ADDITIONAL HANDPIECE CONTROL(4TH HP TRAD.) Part# 3680-343 MINI LED CURING LIGHT Part# 3951-300 LIGHT/MOTOR POST(INC. MONITOR MOUNT) Part# 3658-485 PI CITY WATER KIT Part# UD3544-198 EVERLIGHT CABINET MOUNTED LIGHT W/O MOUNTING KIT Part# 3951-185 SINGLE CABINET MOUNTING KIT 5 KITS Brand Name Dental EZ Air Glide Dental Chairs w/Air Glide (Pre-Tube)- Room 2 thru 6 Part# UD3706-275C NUSIMPLICITY CHAIR W/AIR GLIDE(PRE-TUBE) STANDARD SEEMLESS UPHOLSTERY (COLOR TBD) Part# 3625-898 DOUBLE ARTICULATING HEADREST Part# 3625-858 WIRED FOOT CONTROL Part# 3680-416 AIR/WATER, DUPLEX OPTION, NUSIMPLICITY (QUICK DISCONNECTS) Part# 3951-308 CABLE W/POWERED USB/SURGE PROTECTOR Part# UD3655-314G GALAXY TRADITIONAL L/R MOUNTED UNIT (DOCTOR'S) Part# 3680-373 PIEZO SCALER W/LED Part# 3655-321 UNIT MOUNT TOUCH PAD FOR NUSIMPLICITY Part# 3625-762 24V POWER SUPPLY Part# 3680-338 ADDITIONAL HANDPIECE CONTROL (4TH HP TRAD.) Part# 3680-343 MINI LED CURING LIGHT Part# 3658-485 PI CITY WATER KIT Part# UD3544-198 EVERLIGHT CABINET MOUNTED LIGHT W/O MOUNTING KIT Part# 3951-185 DUAL CABINET MOUNTING KIT 2 Kits Brand Name Dental EZ Air Glide Dental Chairs w/Air Glide (Pre-Tube)- Room 7 to 8 Part# UD3706-275C NUSIMPLICITY CHAIR W/AIR GLIDE(PRE-TUBE) STANDARD SEEMLESS UPHOLSTERY (COLOR TBD) Part#3625-898 DOUBLE ARTICULATING HEADREST Part#3625-858 WIRED FOOT CONTROL Part#3680-416 AIR/WATER, DUPLEX OPTION, NUSIMPLICITY (QUICK DISCONNECTS) Part#3951-308 CABLE W/POWERED USB/SURGE PROTECTOR Part# UD3951-313 SIMPLICITY MAGELLAN HYGIENE UNIT Part# 3680-401 PARKELL SCALER Part#3680-397 ADDITIONAL HVE VALVE AND TUBING Part# 3625-837 UNIT MOUNT TOUCH PAD FOR NUSIMPLICITY Part#3625-951 24V POWER SUPPLY FOR PARKELL SCALER Part# 3951-300 LIGHT/MOTOR POST (INCLUDE MONITOR MOUNT) Part# 3625-762 24V POWER SUPPLY Part#3658-485 PI CITY WATER KIT Part#UD3544-195 EVERLIGHT UNIT/CHAIR MOUNTED W/TRANSFORMER 1 KIT Brand Name Osprey Dental Air Compressor & Accessories TO INCLUDE -Part# UDOSP28S OSP28S DENTAL LF AIR COMPRESSOR Part# 208-253V, 40AMP Part# UD005122 OWL (ON WALL LOGIC) MONITOR CONTROL Part# UD005088 7FT CAT6 SHEILDED GREEN CABLE Part# UD005092 100FT CAT6 SHIELDE GREEN CABLE. Installation Ttasks: 3.1 The Contractor shallwill notify either Biomedical Engineering or the Imaging Dental Department of his/her intent to come on-site before arrival. 3.2 The Contractor shallwill check-in with the VA Police Department upon arrival, before doing any work on-station. 3.3 Work on the Planmeca workstation within coverage hoursThe Contractor shall install the new chairs. DELIVERY/ INSTALLATION TO INCLUDE; - BLANKET WRAPPED SHIPMENT, FOB DESTINATION AND INSIDE DELIVERY - COMPLETE INSTALL OF: CHAIRS, UNITS, LIGHTS, & AIR COMPRESSOR - SETUP, CALIBRATION, TESTING AND FINAL HOOK UP TO UTILITIES FOR ALL SYSTEMS 3.4 The Contractor shall respond to service requests that are vital to NAVAHCS mission immediately. The Contractor shall respond to service requests that are not vital to NAVAHCS mission within 24 hours of notification. If the Contractor cannot respond within coverage hours, then he/she will respond as soon as coverage hours have restarted. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report to Biomedical Engineering that delineates the service performed and confirms quality assurance tests results. 3.5 Technical Training for Biomed staff Records Management Language for Contracts. The following standard items relate to records generated in executing the contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act 5 U.S.C. 552; Privacy Act 5. U.S.C. 552a; 36 CFR Part 1222 and Part 1228. The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the files and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Performance Monitoring: The Biomedical Engineering Department will oversee work done by the Contractor and accept the quality of work as appropriate. Packaging, Packing and Shipping Instructions. All parcels and packages shall come through the NAVHACS warehouse to be distributed either through Biomedical Engineering or the Contractor him/herself if he/she is on station to receive the package. All parcels and packages will ship overnight. Inspection and Acceptance Criteria.: An Attachment G form will be filled out by the COR upon the expiration of the contract to confirm to what degree the service was satisfactory.The end user will determine if the system has been set up properly and notify the COR of any issues. Delivery Date: ASAP after order is placed Delivery Location: Warehouse Prescott Northern Arizona VA Health Care System (Station 649) 500 Hwy, 89 N Prescott, AZ 86313 Warehouse, Bldg 20 Place of performance: Northern Arizona VA Health Care System, Building 155, Room C 101. Type of Contract/Payment: Net 30
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3296553d33d7fce316e35a3580cc68d5)
 
Document(s)
Attachment
 
File Name: 36C25818Q9590 36C25818Q9590.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542400&FileName=36C25818Q9590-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542400&FileName=36C25818Q9590-000.docx

 
File Name: 36C25818Q9590 Sources Sought Dental System.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542401&FileName=36C25818Q9590-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4542401&FileName=36C25818Q9590-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVAHCS;500 HWY 89N;Prescott, AZ
Zip Code: 86313
 
Record
SN05035323-W 20180816/180814230937-3296553d33d7fce316e35a3580cc68d5 (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.