Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
DOCUMENT

65 -- BRAND NAME OR EQUAL TO 3Shape Implant Studio Scanner including TRIOS 3 CART WITH PEN - Attachment

Notice Date
8/7/2018
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;Jody M. Peterson;4801 Veterans Drive;St. Cloud MN 56303
 
ZIP Code
56303
 
Solicitation Number
36C26318Q9794
 
Response Due
8/15/2018
 
Archive Date
10/14/2018
 
Point of Contact
Jody M. Peterson
 
E-Mail Address
eterson2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Brand Name or Equal to 3Shape Implant Studio and Trios Scanner for the NWI Omaha VA Health Care Systems NAICS Code: 339114 Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: conducting market research to identify potential sources for a potential procurement of Brand Name or Equal to the 3Shape Implant Studio And Trios Scanner for the NWI Omaha VA Health Care Systems. See Attached DRAFT Statement of Work This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Jody M. Peterson, Contracting Specialist, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at Jody.Peterson2@va.gov. Only authorized distributers will be considered in the procurement process. Please address the following in your responses: Point of contact, DUNS Number, complete mailing address, telephone number, and email address. Product literature on items that are offered to meet the requirements of the DRAFT specifications (see attachment). Socioeconomic status. Proof of authorized distributor status for all items submitted for approval. The deadline for this information is 11:00 AM Central Time on Wednesday, August 15, 2018. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. GREY MARKET ITEMS:   The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. The vendor shall provide new items ONLY; no remanufactured or "grey market" items. All items must be covered by the manufacturer's warranty.   The offeror shall provide evidence of its authority to distribute the proposed equipment/system at the time of submission of its quote/offer.   Please note that such evidence is subject to verification by the Contracting Officer at his/her discretion. Statement of Work Brand Name or Equal to 3Shape Implant studio & Trios Scanner Background: The NWI Dental Clinic in Omaha is requesting 3Shape software and Trios Scanner NWI Dental / Request for 3Shape software & Trios Scanner The NWI Dental Clinic is requesting open architecture software and scanner in order to increase our in-house (our own lab) production and cut down outside lab expenses. This request is for software and equipment that would enable us to utilize the equipment we already have (Millers, 3D Printer, etc.) in a more efficient manner. This request is for software to enable the clinic to print data directly from a scan of a patient in a treatment room without taking impressions, saving cost and time, and sending that information to a work station that will then allow providers and lab technicians to design the prostheses before making the appliances in our own lab. This request is for software also allows us to layer the 3-Dimensional CBCT images, and other patient information so that all is utilized. Scanning is more precise and accurate than historical impressions, cutting down on retakes and remakes, again saving not only lab costs but both provider and patient appointment times. The request is for software that allows the providers the luxury of virtually placing the implants BEFFORE surgery, taking into account the bone level, bone density, tissue and nerve positions. ***Please note: This software does not connect to any VA/Local Networks. It is wireless and is used only within the four walls of the dental clinic, allowing our equipment to talk to each other. It also does not utilize any personal patient identification. Objectives: To have the ability to print or mill high quality partials, bite guards, surgical guides and models from any intraoral scan, as well as plan and design implant placement before patient surgeries. Scope: Software / Scanner that has: Open architecture: The software and scanner should be able to be used with any type of equipment. It should be able to work with equipment from many different companies, both currently owned and things obtained in the future. Availability of drop-down library of implants to choose from Ability to co-mingle the CBCT scans with surface scan and information Easy design features based on scanned information Machine Specifications: Cart must have mobility feature to move from treatment room to another Must have a touch screen, for infection control purposes Must have ability to choose color scanning Must have pen grip feature on scanner Scope of Work Contractor / vendor will provide all labor, parts and materials to provide and install a complete system. The equipment will be installed at the Omaha VA Medical Center, Bldg 6 Dental Clinic The equipment must operate on a 120Vac line current The system must come with one to-two day on-site training, user manuals, service manuals and signed copy of hand-over protocol. Must have capability of utilizing any STL files of models designed from an impression or an Intra Oral Scanner Must be capable of printing models, partials, surgical guides and bite guards. Must have any changeover between materials easy and timely with no waste Must have long life LED light source with zero maintenance and low acquisition cost Must have FDA approved materials library One year parts and warranty included with purchase. Sustainment package for years two and three included in quote. Vendor shall provide user manuals that describe proper use, care and cleaning for users of the equipment. In addition, the vendor will provide a service manual that includes the theory of operation, maintenance requirements, repair information, schematics, part lists, and troubleshooting information in electronic format for use by the VA Biomedical Engineering Department. Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s Software/hardware updates installed. Any batteries provided with this unit will not be manufactured more than 12 months before the purchase order issue date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/36C26318Q9794/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q9794 36C26318Q9794.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529152&FileName=36C26318Q9794-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529152&FileName=36C26318Q9794-000.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: Department of Veterans Affairs;NWI VA Health Care System - Omaha;4101 Woolworth Avenue;Omaha, NE
Zip Code: 68105
 
Record
SN05024894-W 20180809/180807231549-ffec375b38fb37945169ce2b11499780 (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.