Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2021 SAM #7238
SOLICITATION NOTICE

65 -- 101-21-3-5209-0375-0 IR114.18b- HTM V20- Planmeca- 21-IJP-321- 21REQ0314 (VA-21-00079709)

Notice Date
9/23/2021 10:18:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0988
 
Response Due
9/27/2021 10:00:00 AM
 
Archive Date
10/27/2021
 
Point of Contact
Christine Lindsey, Contract Specialist, Phone: 813-863-0481
 
E-Mail Address
christine.lindsey@va.gov
(christine.lindsey@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS RFQ This is a Brand Name Only, combined synopsis/solicitation for commercial items [Planmeca Dental Panoramic X-Ray and associated equipment/software and training], as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. FAR 13, Simplified Acquisition Procedures will be used. 2. The solicitation number is 36C26021Q0988 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-07. 4. This solicitation is set aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB) and the associated NAICS 334510 code has a small business size standard of 1,2500 employees. 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 is honored by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The offeror is to provide, with their bid, a copy of their Authorized Distributor letter from the OEM IAW VAAR 852.212-71. The vendor shall provide new items ONLY; no remanufactured or ""Gray Market"" items. All items must be covered by the manufacturer's warranty. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6.00 EA __________________ __________________ BOISE, PORTLAND, SPOKANE WALLA WALLA, WHITE CITY: PMVISOG7 PMVISO Planmeca VISO G7 CBCT - ø3x3-30x30cm, ULD, CALM, BW, 3 Romexis Licenses incl. Implant Library 0002 3.00 EA __________________ __________________ PORTLAND, ROSEBURG: PMMID-SPProMax 3D Mid - ø4x5-20x17cm FOV, ULD, CALM, BW, Autofocus, Endo, 3 Romexis Licenses incl. Implant Library 0003 9.00 EA __________________ __________________ BOISE, PORTLAND, ROSEBURG, SPOKANE, WALLA WALLA, WHITE CITY: GOVT FREE GOODS: CALM, Endo Module (.75 Resolution Capability), Implant Library w/Implant planning module 0004 6.00 EA __________________ __________________ BOISE, PORTLAND, SPOKANE, WALLA WALLA, WHITE CITY: FE004206 Planmeca ProFace 3D Scan for Viso 0005 3.00 EA __________________ __________________ PORTLAND, ROSEBURG: FE002893 Planmeca ProFace 3D Scan (Factory installed for ProMax MID) 0006 5.00 EA __________________ __________________ BOISE, PORTLAND, ROSEBURG: FE001393 DICOM Full License Romexis 0007 4.00 EA __________________ __________________ ANCHORAGE, SPOKANE, WALLA WALLA, WHITE CITY: FE004347 Planmeca omexis DICOM Full Major Version Update Fee 0008 10.00 EA __________________ __________________ ANCHORAGE, BOISE, PORTLAND, ROSEBURG, SPOKANE, WALLA WALLA, WHITE CITY: FE004254 Romexis 3D Implant Guide Design Module 0009 9.00 EA __________________ __________________ BOISE, PORTLAND, ROSEBURG, SPOKANE, WALLA WALLA, WHITE CITY: INSTALL3D Planmeca 3D ASE Installation (Items 1 and 2) 0010 10.00 EA __________________ __________________ BOISE, PORTLAND, ROSEBURG, SPOKANE, WALLA WALLA, WHITE CITY: Onsite Training full day onsite for 2D/3D Romexis (includes CE Credits) 0011 18.00 EA __________________ __________________ ANCHORAGE, BOISE, PORTLAND, ROSEBURG, SPOKANE, WALLA WALLA, WHITE CITY: 11 hour WEBINAR w/a Planmeca Trainer for Guide Design Coaching 0012 6.00 EA __________________ __________________ ANCHORAGE FE004332 Romexis 2D Standard Major Version Update Fee 0013 5.00 EA __________________ __________________ ANCHORAGE: FE004336 Romexis 3D Standard Major Version Update Fee GRAND TOTAL __________________ Table 2: Product Delivery Performance Period. All deliverables are expected to be completed by 12/31/2022; however, as schedule revisions are required, a contract modification will be issued. Place of Performance. Contract performance shall take place at the contractor s location(s) and at the locations in Table 1. Travel for Installation, Implementation and Training. Travel is anticipated for on-site installation, configuration, implementation, training, and end-to-end testing. All costs shall be included in the unit pricing. The Government acknowledges the possible use of remote access for installation and implementation purposes, within the constraints of all applicable VA Information Security Requirements Government Furnished Equipment/Information. The Contractor shall be allowed access to Government equipment including servers and network infrastructure. Information on Government equipment and systems shall be provided as necessary. No Government-owned property will be transferred into the Contractor s control. Additional software products may be provided by the Government as identified to facilitate Contractor access, e.g. Microsoft Terminal Services. 6. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: 7. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if it has not been completed on SAM.gov. 8. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.203-17 Contractor employee whistleblower rights and Requirement to Inform Employees of Whistleblower rights 52.204-4 Printed or Copied double-sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.227-19 Commercial Computer Software-Restricted Rights 52.228-5 Insurance-Work on a Government Installation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (End of Addendum to 52.212-4) 9. The clause at 52.252-1 Solicitation Provisions Incorporated by Reference. The full text of a solicitation provision may be accessed electronically at these addresses: http://www.va.gov/oal/library/vaar/index.asp and https//www.acquisition.gov/comp/far/index.html 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting (End of Addendum to 52.252-1) 10. The clause at 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items, applies to this acquisition and the following additional clauses are applicable to this acquisition: 852.203-70 Commercial Advertising 852.204-70 Personal Identity Verification of Contractor Personnel 852.211-70 Equipment Operation and Maintenance Manuals 852.212-71 Gray Market Items 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside 852.232-72 Electronic Submission of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.246-71 Rejected Goods (End of Addendum to 852.212-70) 11. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 12. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 13. Information Security Requirements: A. GENERAL: Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. B. VA INFORMATION CUSTODIAL LANGUAGE: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without VA prior written agreement. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). C. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. D. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 14. Quotes must be emailed to christine.lindsey@va.gov and received no later than 1pm EST on 09/27/2021. Quotes may be submitted on this document or the vendor s own form. Additionally, please complete the attached spreadsheet 36Q26021Q0988 LineItems and provide warranty information with your quotes. No late quotations will be accepted, and award will be made without discussions. 15. For information regarding the solicitation, please contact Christine Lindsey at christine.lindsey@va.gov. 16. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factor shall be used to evaluate offers: Price 17. There are no additional contract requirements, terms or conditions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fcec4601aeb340cfb96d48f804a54b44/view)
 
Place of Performance
Address: VARIOUS LOCATIONS SEE ATTACHED, USA
Country: USA
 
Record
SN06142915-F 20210925/210923230133 (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.