SOLICITATION NOTICE
65 -- 36C249-23-AP-3106 & 3109 - NOTICE OF INTENT TO SOLE SOURCE - Planmeca Intraoral Scanners
- Notice Date
- 9/15/2023 4:49:50 PM
- Notice Type
- Presolicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24923Q0634
- Response Due
- 9/20/2023 8:00:00 AM
- Archive Date
- 11/19/2023
- Point of Contact
- Sascha Hertslet, Contracting Officer, Phone: 615-225-6664
- E-Mail Address
-
sascha.hertslet@va.gov
(sascha.hertslet@va.gov)
- Awardee
- null
- Description
- This notice is in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 5.2. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 09, hereby provides notice of its intent to award a sole source, firm-fixed price contract for the product/service listed below to a large business, Planmeca U.S.A. Inc, headquartered out of Illinois. The contract is expected to be awarded under the authority of FAR 13.106-1(b) Soliciting from a single source. A Sole Source Justification for Other Than Full and Open Competition has been prepared. The anticipated award date is no later than 9/30/2023.The contractor will provide the product/service listed below to the place of performance listed on the cover page of this notice. This action is for new addon equipment to enhance James H. Quillen VA Medical Center s (JHQVAMC) dental imaging capabilities and workflow. Currently, their dental imaging workflow uses Planmeca s Romexis imaging software application to retrieve, process, render, diagnose, review, store, print, and distribute images from their current Planmeca Promax 3D Mid intraoral x-ray and cone beam computed tomography (CBCT) scanners and VA s centralized patient record system (CPRS). Market research found other vendors providing like product/service but the scanner imaging software itself tends to be proprietary and not fully optimized if trying to use a different brand of intraoral scanner equipment. Product/Service Required: QTY: 4 >>> 12 >>> 4 >>> 8 >>> 2 >>> 2>>> Estimated Value: Less than $75,000.00. Period of Performance: Single-Commodity Buy with delivery to be within 60 days and Ancillary Installation and Training to be scheduled and completed within 30 days after delivery. NAICS code: 339114, Dental Equipment and Supplies Manufacturing SBA Small Business Size Standard: 750 employees PSC: 6525 THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement and may submit a bid, proposal, or quotation (as appropriate) that the agency shall consider within the given closing/due date of this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer. Interested parties are encouraged to furnish information by email only with RESPONSE TO NOTICE 36C24923Q0634 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to the point of contact (POC) listed on the cover page of this notice NO LATER THAN the given closing date and time on this notice. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities like an authorized distributor/reseller letter from their source of supply if not a manufacturer that will demonstrate the ability to support this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89cff04256c24dd588823adc90e0b7ae/view)
- Place of Performance
- Address: Department of Veterans Affairs James H. Quillen VA Medical Center 809 Lamont St. c/o- Bldg 205- Warehouse, Mountain Home 37684
- Zip Code: 37684
- Zip Code: 37684
- Record
- SN06833705-F 20230917/230915230059 (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 |