Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2020 SAM #6801
SOLICITATION NOTICE

65 -- 3D/2D Panoramic Dental X-Ray Unit

Notice Date
7/11/2020 8:39:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-20-Q-0103
 
Response Due
7/17/2020 3:00:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
Katrina Eaton, Phone: 4059513704
 
E-Mail Address
katrina.eaton@ihs.gov
(katrina.eaton@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-20-Q-0103. This procurement is 100% small business set-aside under NAICS code 339114 with a standard business size of 750 employees Contractor shall provide a firm, fixed-price for a 3D/2D Panoramic Dental X-Ray Unit with installation service for Wewoka Indian Health Center. Technical Specification: 3D/2D Panoramic Dental X-Ray Unit shall include the following: Automatic capability to compensate for incorrect patient positioning and difficult anatomies: providing as many as five panoramic images with only one scan to be achieved in the same scanning time and dose as the traditional panoramic scan (minimizing patient radiation exposure) 3D/2D panoramic machine is wheel chair accessible Motorized adjustable chin support with a removable bite stick Have a separate 2D sensor for other radiographs for example:� standard, pediatric, orthodontic, wide arch, lateral temporomandibular joint (TMJ), PA TMJ, Maxillary Sinus, Bitewing, etc. Compatible with the VA VISTA/CPARS etc. system for digital image access Have an X-Ray generator with focal spot of .5mm and a minimum total filtration of 3.2mm Contractor Responsibilities: Shall provide all labor, materials, and transportation associated with the delivery and install of the x-ray unit.� Shall install according to manufacturer�s instructions Shall provide training to Health Center staff The contractor shall also be responsible for the removal of any waste materials such as boxes, wrappings and ties that might be a result of the delivery. A garbage bin is available on the property for use.� Contractor shall provide submittals of x-ray system with their quote.� Submittals may be drawings, sketches, manufacturer�s literature, catalog descriptions, or other descriptions in sufficient detail to allow a decision. Contractor shall be responsible for furnishing to the Government an access roster with the names off all employees performing work on the project and shall be responsible for ensuring the access roster is current throughout the contract performance period. Contractor shall sign in, obtain a contractor ID badge before beginning work at the facility, and sign out and return badge at the end of each day. The Wewoka Indian Health Center is a United States Federal government facility that is a tobacco/smoke free environment (building and grounds). No tobacco/smoking will be tolerated during the construction. Contractor shall utilize proper PPE during COVID-19 pandemic i.e. face masks The period of performance for this requirement is 60 calendar days from Award Date. Questions are due no later than July 7, 2020 at 5pm CST. The closing date for receipt of quotes is July 17, 2020. The offer shall be received by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, your name and address, no later than 5:00 p.m. CST, on July 17, 2020. TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.acquisition.gov and https://www.hhs.gov/grants/contract/contract-policies-regulations/hhsar/index.html The provisions of FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2020) applies to this acquisition. The provisions of FAR 52.212-2 Evaluation-Commercial Items (October 2014) applies to this acquisition. The contract shall be awarded to the Lowest Priced Technically Acceptable offeror. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The provision of FAR 52.212-3 Offeror Representations and Certifications�Commercial Items (Jun 2020) The provisions of FAR 52.212-4 Contract Terms and Conditions-Commercial Items (October 2018) The provisions of 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2020) The provisions of HHSAR: 352.224-70 Privacy Act (Dec 2015); 352.224-71 Confidential Information (Dec 2015); 352.226-1 Indian Preference (Dec 2015); 352.226-2 Indian Preference Program (Dec 2015); 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015); 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO PROVIDE A PROPOSAL CONTAINING: A) Firm, Fixed price quote B) Technical specifications of the RFQ � � � i. Submittal information on the equipment � � �ii. Verifiable relevant, (2) recent past performance Proposals shall be evaluated on an acceptable/non-acceptable basis. Unacceptability of ""A"" and ""B"" (stated above) shall render the entire quote unacceptable. Evaluation shall proceed as follows: 1. Quotes shall be ranked by price, from low to high 2. Quotes shall then be evaluated for technical acceptability beginning with the lowest priced quote 3. This process shall proceed until a technical acceptable quote is identified THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO MEET THE REQUIREMENTS IN THE SCOPE OF WORK CONTRACT AWARD SHALL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE AND MEETING ALL TECHNICAL SPECIFICATIONS. The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. **Corrected the Closing Date on the SF1449 in the RFQ Packet** **Adding Questions and Answers**
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bdc6c0ed33894237be68719d4a3df1b1/view)
 
Place of Performance
Address: Wewoka, OK 74884, USA
Zip Code: 74884
Country: USA
 
Record
SN05718317-F 20200713/200711230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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