DOCUMENT
65 -- Dental X-Ray Unit - Attachment
- Notice Date
- 10/16/2019
- Notice Type
- Attachment
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25020Q0040
- Response Due
- 10/22/2019
- Archive Date
- 11/21/2019
- Point of Contact
- Angie Carpenter
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis Solicitation: Planmeca Dental X-ray Unit General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25020Q0040 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06, effective September 10, 2019. This procurement is a 100% Service-Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334517 and the small business size standard is 1,000 employees. This combined synopsis/solicitation is for exact match, Brand Name Only, items listed in the table below. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA #CBVT-P-SP, 3D 8x8 Pan, with SP (w/o pan sensor) Funding/Req. Number: 1 541-20-1-250-0007 0002 1.00 EA #PMMID-C-SP, MID Pan w/3D & Ceph Sensors & SP, no pan sensor Funding/Req. Number: 1 541-20-1-250-0007 0003 2.00 EA #GOVT FREE GOODS, Govt Free Goods: CALM, Endo Module, EFOV, Implant Library Funding/Req. Number: 1 541-20-1-250-0007 0004 1.00 EA #FE004254, Romexis 3D Implant Guide Design Module Funding/Req. Number: 1 541-20-1-250-0007 0005 2.00 JB #INSTALL3D, Planmeca 3D ASE Installation: With Removal, No Disposal Funding/Req. Number: 1 541-20-1-250-0007 0006 2.00 JB #ONSITE TR, Full Day Onsite Romexis Training w/CE Credits Funding/Req. Number: 1 541-20-1-250-0007 0007 1.00 JB #WEBINAR 2, Two (2)-Hour Webinar w/a Planmeca Trainer Funding/Req. Number: 1 541-20-1-250-0007 0008 9.00 EA #PROX-80, ProX w/single stud mount and 80 arm Funding/Req. Number: 1 541-20-1-250-0007 0009 2.00 EA #PROX-70, ProX w/Single Stud Mount and 70 arm Funding/Req. Number: 1 541-20-1-250-0007 0010 10.00 EA #INSTALLIOD, Planmeca Intro Oral X-ray w/Digital Sensors Installation w/Removal, No Disposal Funding/Req. Number: 1 541-20-1-250-0007 0011 1.00 JB #INSTALLIOMIN 1, Install ProX Phase 4 w/Removal, No Disposal Funding/Req. Number: 1 541-20-1-250-0007 0012 3.00 EA #0010031749-KB, ProX Dual Stud Plate w/Side Covers Funding/Req. Number: 1 541-20-1-250-0007 0013 11.00 EA #FE003793-K, Size 2 ProSensor HD Kit ProX w/Integrated Eth Control Box 3 ft. Sensor Cables Funding/Req. Number: 1 541-20-1-250-0007 0014 4.00 EA #FE003798, Planmeca ProSensor HD Size 2 w/3 ft. Cable Funding/Req. Number: 1 541-20-1-250-0007 0015 4.00 EA #FE003796, Planmeca ProSensor HD Size 1 w/3 ft. Cable Funding/Req. Number: 1 541-20-1-250-0007 GRAND TOTAL Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price purchase order to be used by Cleveland Veterans Affairs Medical Center (CLE VAMC) for purchasing a Planmeca Replacement X-ray Unit to match existing equipment parameters. SCOPE: The Contractor shall provide the new equipment with factory installation and training of the new equipment to the CLE VAMC. DELIVERY AND INSTALLATION: All installation shall be turn-key operational, and all products tested immediately after installation. Expected delivery within 30 days ARO. TECHNICAL TRAINING: The contractor shall provide technical training for overall maintenance and service of technical staff to include factory service training course (if applicable). The training shall include two (2) full days of onsite Romexis training with CE Credits and one (1) 2-hour webinar with a Planmeca trainer. The contractor shall provide any special service tools and/or test equipment comparable with that provided to the OEM s service personnel. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment: The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. The FOB shall be destination. All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 Packaging must protect the outside surfaces from scratches and dents. Packaging must stabilize and fully secure the equipment to protect damage to the x-ray components. Labeling must indicate position of equipment in crate to keep it righted. Delivery made to VA main warehouse, Logistics Service. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.204-4; 852.203-70; 852.211-70; 852.219-10; 852.219-74; 852.232-72; 852.246-71; 52.212-4; FAR 52.252-2, http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-4) 52.203-16; 52.204-13; 52.232-40; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.203-6; 52.204-10; 52.209-6; 52.209-14; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40; 52.222-50; 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, with the following added as addenda to the Provisions, Addendum to 52.212-1; 52.204-7; 52.233-2; 852.233-70; 852.233-71; 852.252-70 http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) ; 852.273-74; 52.212-2; 52.212-3. 5. Evaluation Criteria/Submission of Offer: The RFQ will be evaluated and awarded following the procedures in FAR Part 12 and 13 using price and other factors. The Government will issue/award a Firm-Fixed Price Purchase Order to the responsible offeror whose quote best conforms to the requirements within the solicitation and is considered to provide the best value to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to do so. In addition to a price comparison, the other following factors will be evaluated: Technical; Past performance (CPARS); SDVOSB; Delivery; OEM Authorized Distributor The offeror shall be an Original Equipment Manufacturer (OEM). If not the OEM, then an authorized OEM distributor, dealer, and/or reseller letter for the proposed equipment, such that the provided OEM warranty and service are maintained and remain enforceable, shall be provided with your response. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. The contractor shall provide new items ONLY; no remanufactured or gray market items. All items must be covered by the manufacturer s warranty. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a quote should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a quote on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Quotations shall be good for 60 calendar days after close of this combined synopsis/solicitation. Quotations shall be sent via email to angie.carpenter@va.gov, no later than Tuesday, 22 October 2019, at 4:00PM EST. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent via email to angie.carpenter@va.gov, no later than Friday, 18 October 2019, at NOON EST. Only emailed requests received directly from the Offeror are acceptable. No late quotations will be accepted. It is the Offeror s responsibility to ensure the quote is received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25020Q0040/listing.html)
- Document(s)
- Attachment
- File Name: 36C25020Q0040 36C25020Q0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189255&FileName=36C25020Q0040-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189255&FileName=36C25020Q0040-000.docx
- File Name: 36C25020Q0040 P03 Brand Name JA-redacted.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189256&FileName=36C25020Q0040-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189256&FileName=36C25020Q0040-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25020Q0040 36C25020Q0040.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5189255&FileName=36C25020Q0040-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Cleveland VA Medical Center;10701 East Blvd;Cleveland OH
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN05476112-W 20191018/191016230752-9500a20701e8598bfbeafa4325b34f80 (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 |