Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2013 FBO #4340
DOCUMENT

65 -- Ultrasonic Scalers - Request for Information - Attachment

Notice Date
10/10/2013
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA11914I0004
 
Response Due
10/21/2013
 
Archive Date
12/20/2013
 
Point of Contact
Maurice D. Christian
 
Small Business Set-Aside
N/A
 
Description
Per FAR 7.3 and OMB Circular A-76, the Department of Veterans Affairs' (VA) Strategic Acquisition Center (SAC) is issuing this sources sought synopsis as a means of conducting market research to identify qualified contractors with the capability and the resources to meet the Veterans Health Administration (VHA) Office of Dentistry's requirement for the purchase of Ultrasonic Scalers. The ordering period will be one (1) base and four (4) option years, via a Blanket Purchase Agreement (BPA). The BPA ordering will be centralized and all orders will be placed by the SAC. The result of this market research will contribute to determining the method of procurement. Based on the information gathered from this RFI, a determination shall be made by the contracting officer, if a solicitation is issued, of the most applicable North American Industry Classification System (NAICS) code. At this time, the suggested NAICS codes assigned to this procurement is 339114 (Dental Equipment and Supplies Manufacturing). The Scalers are under Federal Supply Schedule (FSS) 65 II C/SIN C-7 Prophylaxis Unit & Accessories. The tentative Product and Service Code (PSC) is 6520. 1.REQUIREMENTS: A.The VHA Office of Dentistry has a procurement request for the purchase of Ultrasonic Scalers. The order period will be 1 base and 4 option years BPA ordering will be centralized and all orders will be placed by the Strategic Acquisition Center. B.Ultrasonic Scalers are ultrasonic instruments with a tip for supplying high-frequency vibrations. Ultrasonic Scalers are used to remove plaque and calculus from teeth and bits of inflamed tissue from the walls of the gingival crevice during dental prophylaxis and periodontal procedures. Does not include ultrasonic scaler units which include air polishing. The contractor must be able to submit each of the Minimum Technical Requirements (MTRs). MTR #Minimum Technical RequirementMethod of Evaluation MTR 1ElectricalVoltage Continuous (100-240 VAC)Literature Review/Physical Inspection & Evaluation MTR 2Current1.0 Amperes, MaximumLiterature Review/Physical Inspection & Evaluation MTR 3PhaseSingleLiterature Review/Physical Inspection & Evaluation MTR 4Frequency50/60 HertzLiterature Review/Physical Inspection & Evaluation MTR 5Water Pressure20 to 40 psig (138 to 275 kPa)Literature Review/Physical Inspection & Evaluation MTR 6Water Flow Rate Minimum Setting (CCW) 55 ml/minLiterature Review/Physical Inspection & Evaluation MTR 7Weight3.3 lbs. (1.5 Kg)Literature Review/Physical Inspection & Evaluation MTR 8Dimensions Height: 5 in (12,7 cm) Width: 9.5 in (24,13 cm) Depth: 8 in (20,32 cm) Handpiece Cable length: 6.5 ft. (2.0 M) Auxiliary Foot Control Cable length: 8ft. (2.4 M) Water Supply Line length: 8 ft. (2.4 M)Literature Review/Physical Inspection & Evaluation MTR 9Foot ControlProtection Class IPX1. Not for operating theatres.Literature Review/Physical Inspection & Evaluation MTR 10Remote Communication Frequency: 2405 to 2480 MHz Power: < 1mW Channels: 16Literature Review/Physical Inspection & Evaluation MTR 11Operating Environment Temperature: 15 to 40 Deg. Celsius (59 to 104 Deg. Fahrenheit) Relative Humidity: 30% to 75% (non-condensing)Literature Review/Physical Inspection & Evaluation MTR 12Transport and Storage Conditions Temperature: -40 to 70 Deg. Celsius (-40 to 158 Deg. Fahrenheit) Relative Humidity: 10% to 100% (non-condensing) Atmospheric Pressure: 500 to 1060 hPa Atmospheric Pressure: 500 to 1060 hPaLiterature Review/Physical Inspection & Evaluation 2.EXTENT OF OBLIGATION A.Government Participants - The contractor shall deliver approved Ultrasonic Scalers as listed above directly to (add customer address). B.Delivery Requirements - Delivery shall be made Free On Board, (FOB) destination to (add customer address). Upon delivery of equipment, the VA shall thoroughly inspect the equipment. After the inspection has been performed, the VA shall issue a written notice of acceptance or rejection. The written notice shall be issued within 15 days from the date of delivery. If a written notice is not received by the company within 15 days, the VA shall be deemed to have unconditionally accepted the equipment. C.Inspection and Acceptance - The acceptance paragraph in FAR 52.212-4 is based upon the assumption that the Government will rely on the contractor's assurances that the commercial item tendered for acceptance conforms to the contract requirements. The Government inspection of commercial items will no prejudice its other rights under the acceptance paragraph. The provisions of FAR 52.212-4 are incorporated by reference. D.Warranty - The Government's post award rights contained in FAR 52.212-4 are implied warranty of merchantability, the implied warranty of fitness for particular purpose and the remedies contained in the acceptance paragraph. The provisions of FAR 52.212-4 are incorporated by reference. THERE IS NO SOLICITATION AT THIS TIME. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. In accordance with FAR 15.201 (e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. If your organization has the potential capability to perform this effort, please provide the following information: 1) Organization name, address, email address, Web site address, DUNS number, telephone number, size and type of ownership for the organization, business size (i.e. large business, small business, service disabled veteran owned small business, veteran owned small business, woman owned small business); 2) Tailored capability statements addressing the particulars of this effort; 3) If applicable, a copy of previous contracts identifying your company performing this effort with another company/organization. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: 1) provide the effort consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and, 3) implement a successful project management plan that includes: compliance with delivery schedules; and meeting the rigid listed specifications. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Sources Sought Submission Instructions: Interested parties who consider themselves qualified to deliver the above-listed effort are invited to submit a response to this Sources Sought Notice by 2:00 p.m. Eastern, October 21, 2012. All responses under this Sources Sought Notice must be emailed to Maurice D. Christian at maurice.christian@va.gov. If you have any questions concerning this opportunity please contact: Maurice D. Christian at maurice.christian@va.gov. When sending an e-mail, please reference: "Ultrasonic Scalers RFI" in the Subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e27bb5636aeef92544464518f02b398)
 
Document(s)
Attachment
 
File Name: VA119-14-I-0004 VA119-14-I-0004_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1046275&FileName=VA119-14-I-0004-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1046275&FileName=VA119-14-I-0004-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: TBD
Zip Code: TBD
 
Record
SN03214687-W 20131012/131010233911-7e27bb5636aeef92544464518f02b398 (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.