Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOURCES SOUGHT

65 -- REPLACEMENT EQUIPMENT: DENTAL HANDPIECES

Notice Date
5/13/2021 4:04:47 PM
 
Notice Type
Sources Sought
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0753
 
Response Due
5/27/2021 4:00:00 PM
 
Archive Date
06/11/2021
 
Point of Contact
CONTRACTING OFFICER, FREDY A ARTEAGA, Phone: 562-766-2224
 
E-Mail Address
FREDY.ARTEAGA@VA.GOV
(FREDY.ARTEAGA@VA.GOV)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339114 (size standard of 750 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide Dental Hand Piece Replacements that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System: Salient Characteristics Seeking possible Brandname or Equal Manufacturer: DNA, LLC. Mfr Part No.: 791400, MIDWEST BACKEND Manufacturer: DNA, LLC. Mfr Part No.: 710074, SHORTY/RHINO-XP CA SHEATH Manufacturer: DNA, LLC. Mfr Part No.: 710024D, SHORTY MOTOR 2 SPD DRY 4-HOLE Manufacturer: DNA, LLC. Mfr Part No.: 720005, MIDWEST STRAIGHT ATTACHMENT Manufacturer: DNA, LLC. Mfr Part No.: 720475, PUSH BUTTON FRICTION GRIP LS HEAD Manufacturer: DNA, LLC. Mfr Part No.: 720485, PUSH BUTTON LATCH LS HEAD Equal to Products must meet the minimum salient characteristics: Must be standard coupler connections without a control system. Handpiece must offer 20+ watts of power. Must Is 20+watt an industry standard? If not, then it should state at a minimum must provide etc. . Industry standard. have air management features designed to limit excessive free speeds for reduced noise and bearing wear. Must be built with DLC coated ceramic bearings and titanium protected grip. Must feature grip and tuned 4-port water spray. Must provide have free speed at approximately 410,000 rpm or higher. Must have dynamic speed What is dynamic speed? Does the dental industry know what dynamic speed is? This also cannot be left to interpretation. Industry knowledge of dynamic speed term. control in the head helps maintain cutting power while also protecting against excessive speeds that can cause premature bearing failure and excessive noise. Must be titanium coating on grip and sheath enhance tactile control while also maximizing scratch and chemical resistance. Must have Diamond-Like-Carbon coated ceramic bearings reduce friction and enhance performance by allowing friction up 410,000 rpm.I recommend removing this unless it can be quantified. Enhances performances by 10000 rpm, 2 minutes, etc Must provide up to Two-year warranty. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, BPA, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/BPA or NASA SEWP contract holder or other federal contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS/Cage Code number. Responses to this notice shall be submitted via email to Fredy.arteaga@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, May 27, 2021 by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/372f2206b4b64313a8df9996ba87239a/view)
 
Place of Performance
Address: VA GREATER LOS ANGELES 11301 WILSHIRE BLVD, LOS ANGELES 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN06001834-F 20210515/210513230127 (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.