Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

65 -- Dental Lab furniture

Notice Date
8/13/2020 6:36:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0975
 
Response Due
8/20/2020 2:00:00 PM
 
Archive Date
09/19/2020
 
Point of Contact
Kenneth Stephens, Contract Officer, Phone: 317.988.1523
 
E-Mail Address
Kenneth.Stephens4@va.gov
(Kenneth.Stephens4@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis Solicitation: Sterilization Containers VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation number is 36C25020Q0916 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04/ 04-15-2020. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on an all-or-none basis. The associated North American Industrial Classification System (NAICS) code for this procurement is 339116. The FSC/PSC is 6520. The VA Northern Indiana Health Care System (VA NIHCS) has the need for an assortment of dental lab quality countertops and cabinets. All cabinetry shall be stainless steel construction and shall be seamless in their construction making them wipeable and insuring ease of cleaning to maintain infection control standards. Countertops shall be made of Quartz or a similar non-porous material that meets medical grade standards. Colors and styles shall be finalized post award. The configuration shall accommodate gas/air/vacuum as well as HVAC, water supply and exhaust, and electricity at all noted locations on the supplied drawing. The cabinet solution for the relevant space shall haver the following features and characteristics: Cabinets Height 35 5/8 standard cabinet height 24 standard cabinet depth Width shall be appropriate to available space for each section according to supplied drawing Stainless steel construction All door handles and drawer pulls shall be brushed aluminum Shall have adjustable leg levelers with access through the floor panels Soft close drawer guides and door hinges Cabinet, U/C/B 5 each Standing height under counter base cabinet with adj shelf and full width drawer above a solid right or left-hinged door 1 shelf, 1drawer, 1DO, 36x24x22 Cabinet, U/C/B 7 each Standing height under counter base cabined with an adjustable shelf and two half width drawers above solid hinged doors. 1 shelf, 2 half DR, 2 DO, 36x36x22 Countertops 14 each Solid, non-porous material, smooth seamless appearance Easy to clean and maintain and with proper cleaning does not support the growth of mold. Acrylic-based solid surface product. Standard thickness of 1 , and a 4 butt backsplash/curb Available in choice of color and depths Requires optimum physical and chemical resisting properties. Single Compartment Sink 2 each Stainless steel construction Drop in, self rimming, ledge-type Connected with a drain and provided with a mixing faucet Plumbing to connect to hot and cold water and drain Plaster traps installed Pre-punched fixture holes on 4 center, integral back ledge to accommodate deck mounted fixtures. Brushed/polished interior and top surfaces and sound deadened. ID 12x28x16 Curing/boilout electrical unit 1 each On/off switch for water fill On/off switch for water circulation mounted on back shelf for electrical safety Separate power switches for the left-hand tank and right-hand heater Left-hand tank has thermostat control Water shut-off features for all incoming water supplies to prevent overflow Five fill spouts 208v with total of 5KW draw wire whips shall be hard wired to outlets by contractor Boiler shall have drain valves for manual draining of boiler Shall accommodate cold water supply, 1 ½ drain, 115v single phase electric supply 120v for water pump Two basin washout and boil-out tank assembly Stainless Steel tanks and gas heating elements Unit includes a recirculation pump, wax trap and drain valve. Workstations 5 each 4 wide by 28 deep by 31 ¾ height Surface mounted LED lighting minimum 35 watt to completely illuminate work surface 2 slanted storage shelves above the work surface but below the light to house dental items Mounted magnifier lenses on flexible arms Remote control for gas valve Air blow gun Scrap drawer Dust collector Minimum 2 110v electrical outlets mounted at work level Front Scoop Access ports to run power cords and other supply lines through the work surface Microblasting Workstations 1 each Complete micro-blaster and dust extraction device integrated into a 34 high x 24 wide x 24 deep cabinet. Micro-blaster can use 25 to 250-micron aluminum oxide, sand, or glass bead abrasives Includes micro-blasting pencils, canisters for clean blasting, one recirculating nozzle for gross blasting, air chisel, air nozzle and a protective safety shield Connects to a dust extraction system suitably sized for the micro-blaster Polishing Workstation 1 each Modular polishing workstation with full-length load-bearing table frame or cabinet on adjustable legs including end panels and supports Stainless steel countertop with rolled edges Built-in polishing unit with an integrated 2 speed motor Lighting and a dust extraction unit for wet and dry polishing and a removable waste tray. General Requirements The contractor shall provide all labor, equipment, tools, materials, and other items necessary to deliver and install the casework and materials listed in the SOW. The provided drawings are final; all equipment shall be installed without modifications to the existing structure or utilities. Inspection and Acceptance: Contractor shall inspect all casework after installation to confirm proper operation of doors, drawers, lock, and sink operation. All casework shall be free of scratches and blemishes. The VA shall accept the casework once installation and final inspection has been completed and approved. The contractor shall adhere to the job site requirements listed below: All personnel to adhere to site safety requirements PPE at a minimum to include hard hats, safety glasses, high-visibility clothing, hard sole shoes. All personnel subject to a 30-minute site safety orientation conducted by General contractor (GC). Vendor responsible for unloading, handling, unpacking; clean up to dumpster provided by GC Vendor to schedule deliveries through VA who would in turn schedule with GC. At the time of these deliveries, all products will have to be verified and received by logistics, so a schedule will be arranged and communicated with the project manager and logistics. Vendor responsible for protecting product after installation Standard work hours are Monday Friday, 8:00 AM 4:30 PM Installation Dates Installation of all material and equipment shall be coordinated with the VA and shall take place, at a date TBD once contract has been awarded. No equipment or materials shall be delivered or will be accepted before these dates. Contractor shall provide installation of all components, placing all items in the locations shown in the supplied drawing. Delivery shall be provided no later than 90 days after receipt of order (ARO). Delivery terms shall be FOB destination. Place of Performance/Place of Delivery Address: VA Northern Indiana Healthcare System 1700 E. 38th Street, Marion IN Postal Code: 46953 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items with the following added as addenda to Provision, Addendum to 52.212-1; 52.216-1, firm fixed price; 52.232-33;52.233-2; 852.233-70; 852.233-71; 852.252-70; FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018), with the following added as addenda to the clause, Addendum to 52.212-4; 52.203-17; 52.216-18; 52.216-22 (Fill-ins); 52.217-8 (Fill-ins); 52.217-9 (Fill-ins); 52.219-18; 852.203-70; 852.211-70; 852.232-72; 852.237-70 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2019). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6; 52.204-10; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 All quoters shall submit the following: Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. All quotes shall be sent to the Kenneth Stephens at Kenneth.Stephens4@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest Price Technically Acceptable (LPTA) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 08/20/2020 at 5:00pm Est. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Kenneth Stephens 317.988.1523 Kenneth.Stephens4@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a677a6b09f3d4c4281fdd293c2220fcf/view)
 
Place of Performance
Address: VA Northern Indiana Health Care System- Marion 1700 East 38th Street, Marion 46953-4568
Zip Code: 46953-4568
 
Record
SN05757282-F 20200815/200813230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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