Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2025 SAM #8699
SOLICITATION NOTICE

65 -- Carestream CS9600 CBCT Dental Imaging

Notice Date
9/18/2025 11:54:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0892
 
Response Due
9/23/2025 11:00:00 AM
 
Archive Date
12/22/2025
 
Point of Contact
Tyler Kenyon, Contracting Officer, Phone: 401-273-7100
 
E-Mail Address
tyler.kenyon@va.gov
(tyler.kenyon@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-5 This solicitation is set-aside for 100% SMALL BUSINESS. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 employees. The FSC/PSC is 6520. The Department of Veteran Affairs is seeking to purchase of Carestream Dental branded Radiographic Dental Cone Beam 3-D Imaging Units, no substitutes allowed. See attached single source justification. AUTHORIZED RESELLERS ONLY All interested companies shall provide quotations for the following: Supplies/Services IN ACCORDANCE WITH SOW Line Item Part # Description Quantity Unit of Measure Delivery Location 0001 1759307 5501200 5330642 5330709 5940085 5940069 5321948 5500590 5942966 CS 9600 16X17 FULL BUNDLE (5 YR P&L) PATIENT� SEAT� FOR� CS� 9600� FAMILY 120KV� LICENSE� FOR� CS� 9600 EXTRAORAL� FMS� LICENSE� FOR� CS� 9600 ADVANCED� RADIOLOGY� KIT� FOR� CS� 9600 CS� FACE� SCAN� KIT� FOR� CS� 9600 PDIP� LICENSE� CSH� 2� WORKSTATIONS VOUCHER� FOR� CS� Airway� -� 2� Activations License� server� >20� users� DICOM� CSI8 1 1 1 1 1 1 1 1 1 EA EA EA EA EA EA EA EA EA VAMC Manchester 718 Smyth Rd Manchester NH 03104 The purchase order/contract period of performance is 60 days from date of award. Shipping FOB destination Place of Performance/Place of Delivery Address: VAMC MANCHESTER, NH Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services Nov 2023 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services Jan 2025 The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10, 52.204-27, 52.209-6,52.219-6, 52.219-28, 52.219-32, 52.219-33, 52.222-3, 52.222-19, 52.222-41, 52.222-50, 52.225-1, 52.225-2, 52.225-3, 52.232-33. All quoters shall submit the following: Quote, Letter of Authorized Reseller Status All quotes shall be sent to Tyler Kenyon tyler.kenyon@va.gov 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: Price, past performance, delivery speed, OEM authorization The award will be made to the response most advantageous to the Government. 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. Submission of your response shall be received not later than 9/23/2025 at 1400 EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Tyler Kenyon tyler.kenyon@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bd272fdd7b5f4c9ea2f7ed9613537560/view)
 
Place of Performance
Address: VAMC MANCHESTER 718 SMYTH RD, MANCHESTER 03104
Zip Code: 03104
 
Record
SN07597034-F 20250920/250918230056 (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.