Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

65 -- Dental Impression Units

Notice Date
5/30/2012
 
Notice Type
Presolicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N626452RCES052
 
Response Due
6/14/2012
 
Archive Date
8/31/2012
 
Point of Contact
Derek Bell 301-619-6914
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command, acting on behalf of various dental clinics at Naval Medical Center San Diego, Naval Hospital Lemoore, and Naval Health Clinic Hawaii, intends to award a delivery order against Federal Supply Schedule contract, V797P-3170M, pursuant to the authority of the Multiple Award Schedule Program. The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 8.405-6(b)(1)) with Sirona USA, 4835 Sirona Drive, Suite 100, Charlotte, NC 28273, as the only responsible source that can provide CEREC 3D On-Site Training, CEREC Blocs Starter Sets, OptiSpray 50 ML 12 Pack (50 Nozzles), Computer inEOS Blue, Monitor, inCoris Starter Blocks Sets, and inFire HCspeed Sintering Oven. The Government intends on awarding a Firm Fixed Price delivery order and these are the only open market item being advertised as part of a delivery order under Sirona ™s federal supply schedule (FSS). Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the system shall be in accordance with the OEM terms and conditions. The system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures FAR 8. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339114 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 4:00 PM. EST on 14 June 2012. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N626452RCES052/listing.html)
 
Record
SN02761560-W 20120601/120531000052-64f5f7cabdbe5c8a6778c6fa5ae70efc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.