Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
DOCUMENT

65 -- 3Shape D850 Dental System - Attachment

Notice Date
8/17/2016
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26016N0851
 
Response Due
8/24/2016
 
Archive Date
9/23/2016
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Robert Hamilton at robert.hamilton8@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 24 August 2016 at 3:00PM EST. The intended contract is a one-year firm-fixed price contract. Potential contractors shall provide the following: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS number. In addition, your company must be entered into the System for Award Management (SAM) to be considered. 2) We are seeking SDVOSB/VOSB and small business participation. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 339114 - Dental Equipment and Supplies. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than 750 employees. If your company is an SDVOSB or VOSB, your company will need to be registered in VETBIZ to be considered in that socioeconomic category. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) Description: The Government is interested in gaining knowledge of potential businesses that would be able to provide a Brand Name of Equal to the Wieland Zenotec Hybrid Wet-Dry Select 3Shape D850 dental scanner and milling machine. See the following salient characteristics for additional information: - Scanner/milling: Must be able to scan crown and bridge models to an accuracy of 7 microns and implant bars to 8 microns. - Must be able to mill both wet and dry applications. This is required due to the anticipated volume of work this facility will be doing. - Must be able to mill multiple units of various materials continuously. This is required due to the anticipated volume of work this facility will be doing. - Must be able to accept intraoral scans from every major brand of scanner - including, but not limited to, Sirona, E4D/Planmeca, Itero, Trios, Lava COS, and Lava True Def. - Must be able to mill a variety of materials, such as: e.max (Lithium Disilicate), Zirconia for single unit and full arch cases, PMMA, Temporary Resin materials, Wax and glass ceramics. - Because of the volume of work for this facility, the mill must be able to mill up to 48 e.max units or 8 Zirconia discs at a time. - This sintering oven has to reach and maintain 1600 degree Celsius to harden the zirconia of value of 550 to 2000MPa (compressive strength). The sintering of this material is critical at his stage to fire accurately and continuously to give the material the strength and translucent properties. - Software must by compatible with Symantec encryption and with Department of VA requirements, any equal item must be approved by local facility Biomed and Information Security Officer (ISO). - Provide initial on-site training to technicians on the operation of the unit for a minimum of one year. - Provide remote or on-site technical assistance for a minimum of one year. - Minimum of five years of software updates. - Provide all licensing requirements - Minimum warranty of one year. - Provide all manuals for service and operation. 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to set-aside for SDVOSB/VOSB or other Small Businesses or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. 5) Address where equipment will be used: Seattle VAMC VA Puget Sound Health Care System 1660 S. Columbian Way Seattle, WA 98108 6) When this sources sought notice has ended a Request for Quote (RFQ) will be posted, to FBO, to solicit offers. The RFQ will identify a date for potential contractors to visit the location and inspect each building in order to provide an accurate quote. Thank you for your participation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/974d52c1c879c35af9afae787db8d66c)
 
Document(s)
Attachment
 
File Name: VA260-16-N-0851 VA260-16-N-0851_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2950190&FileName=VA260-16-N-0851-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2950190&FileName=VA260-16-N-0851-001.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: Seattle VAMC;VA Puget Sound Health Care System;Warehouse 90D;1660 S. Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN04227981-W 20160819/160817234927-974d52c1c879c35af9afae787db8d66c (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.