SOURCES SOUGHT
65 -- Brand Name or Equal PM7 System
- Notice Date
- 3/26/2025 5:23:45 AM
- Notice Type
- Sources Sought
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24925Q0207
- Response Due
- 4/10/2025 7:00:00 AM
- Archive Date
- 06/09/2025
- Point of Contact
- Ryan Mick, Contracting Specialist, Phone: 423-979-1408
- E-Mail Address
-
Ryan.Mick@va.gov
(Ryan.Mick@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 3 of 3 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 3 SUBJECT* Brand Name or Equal PM7 System GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24925Q0207 RESPONSE DATE/TIME/ZONE 04-10-2025 10AM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 6520 NAICS CODE* 339114 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) 1639 Medical Center Parkway, Suite 204 Murfreesboro TN 37129 POINT OF CONTACT* Contracting Specialist Ryan Mick Ryan.Mick@va.gov 423-979-1408 PLACE OF PERFORMANCE ADDRESS Department of Veterans Affairs James H. Quillen VAMC 1 Veterans Way Mountain Home TN POSTAL CODE 37684 COUNTRY USA DESCRIPTION This Sources Sought Notice (SSN) is being issued on behalf of the James H. Quillen VAMC, as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a firm-fixed-priced contract for the Brand Name Programill PM7 Milling Unit or equal. The result of this market research will contribute to determining the method of procurement. This Sources Sought will utilize North American Industry Classification System (NAICS) code 339114 Dental Equipment and Supplies Manufacturing with a size standard of 750 employees, using PSC 6520 Dental Instruments, Equipment, and Supplies. This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is seeking potential sources for products detailed below to be provided to the James H. Quillen VAMC. All items shall be new; refurbished/used items are not acceptable. Requirement includes: Brand name PM7 System with Accessories Description QTY PrograMill PM7 System 2 PrograMill Base Set 2 PrograMill/PrograPrint PC 2 Monitor widescreen 2 PrograMill CAM Set incl. RFID-Reader 2 Optical mouse 2 Keyboard (English) 2 E4 Red Dental System Scan Only (NO PC) 2 Scan only LabCare 2 Desktop High Performance PC Bundle 2 PrograMill tool green 5.0 for PM7 10 PrograMill tool green f1.5 for PM7 10 PrograMill tool green 2.5c for PM7 10 PrograMill tool green 1.0c for PM7 10 PrograMill tool green 0.5c for PM7 10 Ivotion A2/Pref 98.5U/1 60 PrograMill Holder-ring DD for PM 3/5/7 2 Impression holder 2 UTS CAD (ID) 2 Service Contract PM7 3 Years (754285) 2 DS Complete Rest. Bundle with Scanner 2 Ivotion Denture System Library 3Shape 2 NOTE: Vendors who believe they can provide an or equal domestic sourced product or item may respond to this sources sought notice. The Government will evaluate the materials provided to determine if a preference could be given to domestic sources in any future solicitation. Requirement: Vendors with capability to provide the products listed above may respond as follows: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 339114. [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM) [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract If so, what is your contract number? _____________________ [ ] yes [ ] no - Comply with 25.225-1 Buy American-Supplies Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Response to this SSN shall not exceed 10 pages and should include all the previously mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). Hardcopies will not be accepted. The government will evaluate market information to ascertain potential market capacity to: Provide supplies/services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes compliance with program schedules; cost containment; meeting and tracking performance. Provide supplies/services under a firm-fixed-price contract NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Veteran Small Business Certification (VetCert) verified in VetCert Registry Veteran Small Business Certification (sba.gov). Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 10:00 AM EST, April 10th, 2025 All responses under this SSN must be emailed to Ryan.Mick@va.gov the subject line must specify 36C24925Q0207. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to meet the requirement. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in SAM. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). See Brand Name or Equal Worksheet ( Salient Characteristics ) on the following page. Brand Name or Equal Worksheet ( Salient Characteristics ) Must include white-glove delivery service by the vendor to ensure seamless experience and to avoid damage during delivery with sensitive equipment. Warranty must cover at least one year from purchase date. Must have automatic self-cleaning function Must have at least 20-position automatic tool changer Must have at least 8-way material changer (for discs and blocks) Must have at least 970 Watt power Must be able to fabricate dentures using a single block Unit must include 2 scanners Unit must include base cabinet Unit must include monitor, optical mouse, keyboard, RFID-Reader, and high performance desktop Unit must be compatible to use with existing software, 3Shape Must include at least 3-year service contract Unit must fit in allotted space, unit must not exceed: 220 Kg, H-818 mm, D-695 mm, W-979 mm Must contain an ionizer Must be able to mill: Zirconium oxide, glass ceramics, waxes, titanium Must contain a tank and filter, for protection against health risks; must use a wet-unit Must contain an extraction system, to extract milling dust, vapors, and dental materials Must be able to enter provider name to identify jobs/cases Must be able to use as stand alone unit, wifi-capability
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12093af7756e4200a2d0f09e19997d2b/view)
- Place of Performance
- Address: Department of Veterans Affairs James H. Quillen VAMC 1 Veterans Way, Mountain Home, TN 37684, USA
- Zip Code: 37684
- Country: USA
- Zip Code: 37684
- Record
- SN07387677-F 20250328/250326230100 (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 |