Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SOURCES SOUGHT

63 -- Dental Gaming Laptop

Notice Date
4/18/2025 3:40:15 PM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0826
 
Response Due
4/30/2025 12:00:00 PM
 
Archive Date
05/30/2025
 
Point of Contact
Israel Garcia, Contract Specialist, Phone: 562-826-8000
 
E-Mail Address
israel.garcia2@va.gov
(israel.garcia2@va.gov)
 
Awardee
null
 
Description
RFI SOURCES SOUGHT THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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. 1. Responses to this RFI/Sources Sought must be in writing and delivered via e-mail. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who can perform the work required for this procurement. 2. The NAICS for this requirement is 334111 Electronic Computer Manufacturing (size standard of 1250 employees). Please provide the NAICS that you identified with to provide the supplies and services referenced in this RFI/Sources Sought. 3. The Contractor shall provide 8 Gaming Laptops with the 3Shape Dental System Complete Restorative software, and the specifications mention in the salient characteristics. Brand name Information: Manufacturer: 3DBioCad Digital Dental Design Equal to product Information: Salient Characteristics 8 Laptops with a minimum of the following requirements: Must be at least 17 240Hz QHD+ Gaming Laptop: Intel Core i9-14900HX Must have at least NVIDIA Geforce RTX 4090 Must have at least 64GB DDR5 Must have at least 2TB NVMe SSD Must have at least Thunderbolt 4 Must have at least Cooler Boost 5, Must have Win 11 Home: Black 14VIG-600US Must pre-install 3Shape Dental System Complete Restorative on each laptop ready for use. Must provide 3dBioCad training for 5 technicians in house and agree to configure and connect laptop computers to our existing network in the dental laboratory. 4. REQUIRED TASKS. See attached Statement of Work. [END OF REQUIRED TASKS] 4. REQUIRED RESPONSE: Interested and capable Contractors are encouraged to respond to this notice not later than Wednesday, April 30, 2025, at 12:00 PM Pacific Time, by providing the following information via email only to Israel.Garcia2@va.gov . (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the Manufacturer s product name of the wound vacuum product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the wound vacuum product that you intend to provide for this procurement. If you intend to provide a wound vacuum product manufactured by a company other than your own, state the name of the company whose wound vacuum product you intend to provide, the country of origin for the wound vacuum product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the wound vacuum product that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating if your wound vacuum product that you intend to provide for this procurement was assessed by a third party. (l) Statement indicating how many calendar days you estimate it would take you to deliver the wound vacuum product and the start performing rental services of the wound vacuum product that you intend to provide. (m) General pricing for your product/service for market research purposes. Please provide daily rental price per unit. (n) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing wound vacuum rental service that meets the requirements described in the attached Draft Salient Characteristics and demonstrates your experience providing wound vacuum services required by this procurement. NOTE: GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. (o) Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE WOUND VACUUM PRODUCT AND RENTAL SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. [END OF REQUIRED RESPONSE] 5. SAM REGISTRATION. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. [END OF SOURCES SOUGHT ANNOUNCEMENT]
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54c35e228547409c804f22fa70d7e945/view)
 
Place of Performance
Address: Department of Veterans Affairs Phoenix VA Healthcare System 650 E Indian School Road, Phoenix 85012-1839
Zip Code: 85012-1839
 
Record
SN07414623-F 20250420/250418230047 (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.