Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2014 FBO #4716
SOLICITATION NOTICE

65 -- Planmeca Dental Equipment - OR EQUAL

Notice Date
10/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-15-T-0001
 
Response Due
10/28/2014
 
Archive Date
12/20/2014
 
Point of Contact
Yvette M. Daltorio, 508-233-6184
 
E-Mail Address
ACC-APG - Natick (SPS)
(yvette.m.daltorio.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation, number W911QY-15-T-0001, is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. (iv) The associated North American Industrial Classification System (NAICS) code for this acquisition is 339114 with a small business size standard of 500 employees. This requirement is a total small business set-aside and only qualified offerors may submit quotations. (v) ACC-APG, Natick Contracting Division requires the following Planmeca USA OR EQUAL products: CLIN 0001 - ProMax 2D S3 Panoramic Imaging Unit -digital with cooling fan; Item Number PX-1001 (includes Advanced Program Package Item Number FE000212U and Power Line Conditioner with wall mount Item Number PM61144); 1 EA CLIN 0002 - Installation of ProMax 2D S3 units; Item Number INSTALLDP (includes two training days;one at installation and one follow up date); 1 EA CLIN 0003 - ProSensor Ethernet System with B2 Sensor; Item Number FE001899; 18 EA CLIN 0004 - ProSensor Size 1 with 3ft cable; Item Number FE001337; 2 EA CLIN 0005 - ProSensor Size 0 with 3ft cable; Item Number FE001323; 2 EA CLIN 0006 - ProX Intraoral X-ray unit with 75 inch Arm; Item Number PROX-75; 15 EA CLIN 0007 - Additional Wall Exposure Switch for ProX Intraoral X-ray Unit (10030466); Item Number 0010008347; 6 EA CLIN 0008 - PLANMECA Intra Oral Xray with Digital Sensors Installation; Item Number INSTALLIOD; 15 EA CLIN 0009 - Powerline Conditioner with wall mount for ProX Intraoral X-ray unit; Item Number PM61036; 15 EA CLIN 0010 - Round Cone 30cm (12 in cone extension); Item Number 0006001012; 15 EA Attached Technical Specifications detail the salient characteristics of the brand name that OR EQUAL products must meet or exceed. (vi) This requirement is for dental equipment as specified above. New Equipment ONLY; NO remanufactured or 'gray market' items. All items must be covered by the manufacturer's warranty. All related software must have an Army Certificate of Networthiness as detailed below in section (ix). Shipping must be free on board (FOB) destination CONUS (Continental U.S), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. (vii) Delivery is required by 24 November 2014. Delivery is required at Irwin Army Community Hospital, Fort Riley Dental Activity, Fort Riley KS 66442 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to acquisition and is incorporated by reference into this RFQ. Quotations will be evaluated on the following factors: Technical Capability; Past Performance; Delivery capability and Price. The factors are listed in descending order of importance and the non-price factors are significantly more important than price. The Government intends to use a trade-off process to determine which quotation offers the best value; therefore vendors are cautioned that a contract may not necessarily be made to the lowest priced quotation. Offerors submitting quotations for OR EQUAL equipment/software without an existing Army Certificate of Networthiness (CON) are eligible for award. In accordance with Army Regulation AR 25-1 Chapter 6 Section II 6-8 Army Certificate of Networthiness (CON), a CON is required for actual performance under the contract. As such, offerors must obtain agency sponsorship for a CON post award within a reasonable time frame (Government anticipates 30-60 days from time of award to acquire sponsorship from U.S. Army Dental Command). NOTE: Vendor is responsible to submit required equipment for testing at no cost to the government. Equipment will be returned to vendor upon completion of testing at no cost to the Government. The inability of an offeror to obtain the required sponsorship and CON will result in the award being terminated for cause. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. The following additional FAR clauses cited in the clause are applicable to the acquisition; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Jul 2014) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (JUL 2014) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (xii) The following additional FAR and DFARS clauses apply to this acquisition and are incorporated by reference; 52.232-8, Discounts for Prompt Payment 52.233-4, Applicable Law for Breach of Contract Claim 52.252-2, Clauses Incorporated By Reference EDIT 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-0001, Line Item Specific: Single Funding (Use -0007 for multiple funding lines) 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration 252.211-7003, Item Identification and Valuation 252.225-7001, Buy American Act and Balance Of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation by Sea This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/farsite_alt.html (xiii) A Defense Priorities and Allocations System (DPAS) rating is not applicable to this acquisition. (xiv) Quotations shall be submitted electronically to Yvette Daltorio via email at yvette.m.daltorio.ctr@mail.mil. All quotations are due October 28, 2014 by 3:00EST. Quotations will only be accepted electronically via the email address provided above. Vendors submitting quotations for OR EQUAL products must provide the following information with their quotations; Manufacturer Name, Part Number, Product Description and Technical Specifications. Failure to provide this required information will result in vendors submission being deemed noncompliant and will not be considered for award. (xv) For information regarding this combined synopsis/solicitation, please contract; Yvette Daltorio, Procurement Specialist Email: yvette.m.daltorio.ctr@mail.mil Tel: 508-233-6184
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e9b7e7b5d5b4ed7184eb32655680a7d)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03554664-W 20141023/141021234133-0e9b7e7b5d5b4ed7184eb32655680a7d (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.