Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2024 SAM #8186
SOLICITATION NOTICE

65 -- 619-24-3-8092-0272 Hand Pieces and Motors (VA-24-00065831)

Notice Date
4/24/2024 8:39:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24724Q0624
 
Response Due
4/29/2024 7:00:00 AM
 
Archive Date
06/28/2024
 
Point of Contact
Joseph M Locke, Procurement Analyst, Phone: 803-776-4000 x7814
 
E-Mail Address
Joseph.locke@va.gov
(Joseph.locke@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice 36C24724Q0624 Page 12 of 12 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 SUBJECT* Dental Hand Pieces and Motors GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 29209-1639 SOLICITATION NUMBER* 36C24724Q0624 RESPONSE DATE/TIME/ZONE 04-29-2024 10:00 AM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE UNRESTRICTED PRODUCT SERVICE CODE* 6540 NAICS CODE* 339114 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia SC 29209-1639 POINT OF CONTACT* Joseph Locke Contracting Officer 803-979-0338 joseph.locke@va.gov PLACE OF PERFORMANCE ADDRESS CAVHCS Montgomery VA Clinic 215 Perry Hill Road Montgomery, AL POSTAL CODE 36109 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL: Central Alabama VA Medical Center-Montgomery | VA Central Alabama Health Care | Veterans Affairs URL DESCRIPTION: CAVHCS, AL VAMC AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Solicitation: Ophthalmic Supplies Notice Type: Combined Synopsis/Solicitation Contracting Office Address: NCO 7 Contracting Office Department of Veterans Affairs VA Columbia Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01 dated January 25, 2024. This solicitation is SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ONLY. All vendors interested in submitting a quotation for this requirement MUST be registered in System for Award Management (SAM), www.sam.gov The associated North American Industrial Classification System (NAICS) code for this procurement is 339114; Dental Equipment and Supplies Manufacturing; Small Business Size Standards; 750 employees. The FSC/PSC is 6520 Central Alabama VA Medical Center (CAVHCS) is seeking to procure dental instruments. Offerors are therefore asked to complete PRICE/COST SCHEDULE-Item Information for each period of performance in their response, and to include a Grand Total. MINIMUM TECHNICAL REQUIREMENTS: The Department of Veterans Affairs (VA) is seeking vendors who can provide ALL products identified within the schedule of supplies which meet all the following minimum technical requirements (MTRs). Vendors are encouraged to provide any product solution or configuration so long as they meet the following MTRs. Additionally, vendors responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. REQUIREMENT: Assemble and install, Hand Pieces and Motors. Dental Hand Pieces and Motors to resume dental operations and will be used to enhance patient care. VA FACILITY: The Montgomery VA Clinic located at 215 Perry Hill Road, Montgomery, Alabama requires the purchase of Hand Pieces and Motors. This is for the Outpatient Clinic in all areas at Montgomery, Alabama, Tuskegee, AL, Columbus, Ga, and Fort Novosel. Provide Hand Pieces and Motors, provide documentation of safety and functional test on each item with manufacturer name, model number, serial number, room number where the equipment is placed, and test results. Remove all trash. HOURS OF WORK: The installation should take place during normal business hours of 8:00am and 4:30pm EST, Monday through Friday, Federal Holidays excluded. Request for weekend work must be submitted in writing. Inspections will require a prior five-day notification submitted to the Contract Officers Representative (COR) or government representative. DELIVERY AND INSTALLATION: The following are needed Hand Pieces and Motors to resume dental operations at all Central Alabama Veterans Health Care System (CAVHCS) Sites: Service Line is asking that instruments be delivered, installed and ready for use in the Dental service by May 10, 2024. If Delivery cannot be made on or before May 10, 2024, the quoter is asked to identify the best obtainable realistic delivery and installation date(s) possible. The Service Line is requesting on-site delivery and installation to the following address: Central Alabama VA Healthcare System (CAVHCS) 215 Perry Hill Road Montgomery, Alabama 36109 WARRANTY: The quoter shall provide warranty coverage for all parts and equipment with a warranty period covering three hundred and sixty-five (365) days after the date of acceptance of products and equipment by the Government. TRAINING: There is no requirement for training, however quoters are asked to provide copies of any applicable user manuals or product data which could be used by the Government to provide internal training on the products and equipment. Should there be an additional charge, please add those charges to the submitted quotation. REQUIREMENT IS SOLICITED AS BRAND NAME OR EQUAL. THE BRAND NAME IS BIEN AIR. MINIMUM TECHNICAL REQUIREMENTS: Line item 1 COUPLING UNIFIX 4H L WATER ADJ Brand Bien Air Part # 1600086-001 Model # Unifix 4L Unifix or MULTIflex type, the fast links of Bien-Air with three or four holes are characterized by their reliability, their ease of use, their lightness and their resistance. They are rotating, allow the professional to work with freedom of movement and without effort. Line item 2 BORA 2 LED Bora 2 L LED REF 1601152-001 Bora 2 L LK REF 1601153-001 Categories: Air Driven Handpieces CLASSIC Line 20W 59 dBA 4 asymmetrical mixed air/water sprays LED Light Anti-retraction valve Line item 3 SLOW SPEED KIT 1 Reference: Straight 1:1 Nosecone Micro-Series Int Spray Straight 1600693-001 Straight 1:1 Nosecone Int Spray Straight 1600383-001 PM 1:1 This last-generation handpiece is the result of our ongoing research and development work. PM 1:1 is designed to withstand the stresses resulting from repeated lateral pressure, while maintaining exceptional precision. You will appreciate the absence of vibration, quiet operation and tried and tested bur locking system. Micro-Series 30% Shorter & 23% Lighter*. * Micro-Series handpieces are compatible with Bien-Air MX2, MCX & MX-i motors (upgrade available for any previous generation Bien-Air motor), KaVo 703L motor, W&H EA53 motor, and NSK NLZ-E motor. The following solicitation provision applies to this acquisition and is included below in full text. The full text may be accessed electronically at http://acquisition.gov/comp/far/index.html. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES ITEMS (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: QUOTATION SUBMISSION INTRODUCTION: The Offeror s Quote shall be submitted via email to the Contracting Officer at joseph.locke@va.gov. All quotes shall be submitted no later than April 29, 2024 Each quotation submission shall be sent via e-mail either as a separate PDF or an Excel document. One quotation submission of each is required. Quotation Submission Part 1: Minimum Technical Requirements (MTRs) Quotation Submission Part 2: Pricing and Delivery / Installation The use of hyperlinks is prohibited. Quotes will be evaluated solely on the information contained in each quotation submission without any reference made to extraneous information. 2. QUOTATION FILES Format: Each submission must be clearly indexed and logically assembled. Each part of the contractor s quotation submission shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Each paragraph shall be separated by at least one blank line. All proprietary information shall be clearly and properly marked. File Size Restrictions: Due to VA email file size restrictions, vendors are encouraged to logically separate their quote into separate emails. If this is necessary, quoters shall clearly document this information in the text of their email. Content Requirements: Vendors are solely responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quotation submission. Title Requirements: The title requirements for each file are shown in the Table below. Quotations submitted in response to this solicitation shall contain the following in separate parts. Quotation Submission Part Factor File Name Part 1 Minimum Technical Requirements (MTRs) Your Company Name - Tech.pdf Part 2 Pricing, Delivery; Installation. Your Company Name - Price.xls QUOTATION SUBMISSION PART 1 TECHNICAL: Vendors shall provide descriptive literature which will be referenced to determine if the quoted products are technically acceptable. Quoted products shall be the brand name or be equal to the brand listed and must meet or exceed all stated minimum technical requirements (MTRs) to be considered technically acceptable. Vendors are required to list the location(s) in the product literature where compliance to the minimum technical requirements can be found in the Minimum Technical Requirements (MTR) section, which immediately follows the Price/Cost Schedule. All offerors are asked to: Provide evidence they are authorized to resell all quoted products and equipment. Provide evidence they are authorized to install all quoted products and equipment without any loss of warranty coverage included in their quotation. Not required, however if the information is available, all quoters are asked to provide references to VA solicitations and/or VA contract actions to document recent or relevant sales history to be reviewed if necessary to determine price reasonableness. NO PRICING SHOULD BE INCLUDED IN BOTH QUOTATION SUBMISSION 1. QUOTATION SUBMISSION PART 2 PRICING AND DELIVERY: The contractor shall complete Attachment A - Price Cost Schedule. The contractor shall complete Attachment B Delivery / Installation Schedule. Notes: The Service Line is asking that instruments be delivered, and ready for use in the Dental service by May 10, 2024. The Service Line is requesting on-site delivery and installation to the following address: Central Alabama VA Healthcare System (CAVHCS) 215 Perry Hill Road Montgomery, Alabama 36109 If Delivery cannot be made on or before May 10, 2024, the quoter is asked to identify the best obtainable; realistic delivery and installation date(s) possible. The Government requests the contractor provide prices, warranties, conditions, benefits, and terms that are at least equal to or more favorable than the prices, warranties, conditions, benefits, and terms quoted by the contractor to any customers for the same or a substantially similar quantity and type of service. Contractors are hereby advised that any Contractor-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the Solicitation, may render the Offeror s proposal Unacceptable, and thus ineligible for award. (End of Addendum to 52.212-1) ATTACHMENT A: PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 50.00 EA __________________ __________________ COUPLING UNIFIX 4H L WATER ADJ LOCAL STOCK NUMBER: 1600086-001 0002 120.00 EA __________________ __________________ BORA 2 LED LOCAL STOCK NUMBER: 1601152-001 0003 100.00 EA __________________ __________________ SLOW SPEED KIT 1 LOCAL STOCK NUMBER: 1603001-001 0004 1.00 EA __________________ __________________ SHIPPING/HANDLING FEE GRAND TOTAL __________________ ATTACHMENT B: DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 50.00 0002 120.00 0003 100.00 0004 1.00 BASIS OF AWARD: Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Technical Delivery Price The award will be made to the quoter s response identified as the most advantageous to the Government. Responses should contain your best terms, conditions. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders- Representation and Disclosures (Dec 2023) FAR 52.211-6, Brand Name or Equal FAR 52.214-21, Descriptive Literature FAR 52.229-11, Tax on Certain Foreign Procurements- Notice and Representation (Jun 2020) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-71, Alternate Protest Procedure (Oct 2018) VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clause applies to this acquisition and is included in full text: 1. VAAR 852.212-71 Gray Market and Counterfeit Items. GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) The following contract clauses apply to this acquisition; are included by reference: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-18, 52.217-8, 52.217-9, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72, and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.204-27, 52.204-30, 52.209-6, 52.219-8, 52.219-27, 52.219-28, 52.219-33, 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, 52.229-12, 52.232-33; 52.232-36. VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (Deviation) Jan 2023 VAAR 819-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (Jan 2023) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.247-73 Packing for Domestic Shipment The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. All quoters shall submit the following: Files should be sent via electronic mail; in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes shall be submitted via email ONLY to the Contracting Officer (CO), Joseph Locke at joseph.locke@va.gov no later than 04-29-2024 10:00AM EASTERN TIME, NEW YORK, USA All quotes/offers submitted must include the Solicitation# 36C24724Q0578 and OPHTHALMIC SUPPLIES in the subject line of the email. Hand deliveries or facsimile will NOT be accepted, telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Joseph Locke Contracting Officer, NCO 7 Logistics (90), Columbia VA Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 (803) 979-0338 Joseph.locke@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e43f4100f3c4f34a02a34cdd87621d3/view)
 
Record
SN07041802-F 20240426/240424230052 (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.