SOLICITATION NOTICE
65 -- Dental Handpieces and Motors
- Notice Date
- 5/22/2024 4:37:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724Q0712
- Response Due
- 5/29/2024 7:00:00 AM
- Archive Date
- 07/28/2024
- Point of Contact
- Contracting Officer, Joseph Locke, Phone: 803-776-4000 x7814
- E-Mail Address
-
joseph.locke@va.gov
(joseph.locke@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 Notice Combined Synopsis/Solicitation Notice 36C24724Q0712 Page 12 of 12 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 12 SUBJECT* Dental Hand Pieces and Motors GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 29209-1639 SOLICITATION NUMBER* 36C24724Q0712 RESPONSE DATE/TIME/ZONE May 29, 2024, 10:00 AM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SDVOSB Set-Aside PRODUCT SERVICE CODE* 6520 NAICS CODE* 339114 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs W.J.B. Dorn VA Medical Center 6439 Garners Ferry Road Columbia SC 29209-1639 POINT OF CONTACT* Joseph Locke Contracting Officer 803-979-0338 joseph.locke@va.gov PLACE OF PERFORMANCE ADDRESS CAVHCS Montgomery VA Clinic 215 Perry Hill Road Montgomery, AL POSTAL CODE 36109 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL: Central Alabama VA Medical Center-Montgomery | VA Central Alabama Health Care | Veterans Affairs URL DESCRIPTION: CAVHCS, AL VAMC AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION Solicitation: Dental Hand Pieces and Motors Notice Type: Combined Synopsis/Solicitation Contracting Office Address: NCO 7 Contracting Office Department of Veterans Affairs VA Columbia Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 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 is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01 dated January 25, 2024. This solicitation is SET-ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES ONLY. All vendors interested in submitting a quotation for this requirement MUST be registered in System for Award Management (SAM), www.sam.gov The associated North American Industrial Classification System (NAICS) code for this procurement is 339114; Dental Equipment and Supplies Manufacturing; Small Business Size Standards; 750 employees. The FSC/PSC is 6520 Central Alabama VA Medical Center (CAVHCS) is seeking to procure dental instruments. Offerors are therefore asked to complete PRICE/COST SCHEDULE-Item Information for each period of performance in their response, and to include a Grand Total. MINIMUM TECHNICAL REQUIREMENTS: The Department of Veterans Affairs (VA) is seeking vendors who can provide ALL products identified within the schedule of supplies which meet all the following minimum technical requirements (MTRs). Vendors are encouraged to provide any product solution or configuration so long as they meet same fit, form and function of the current product or equipment. Additionally, vendors responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. DESCRIPTION OF REQUIREMENT: Delivery, Assembly and Installation of Dental Hand Pieces and Motors. Dental Hand Pieces and Motors to resume dental operations and will be used to enhance patient care. The requested items will be installed onto a total of twenty-five (25) Engle Dental System chairs and an additional six (6) ADEC Dental System chairs, for a total of thirty-one (31) chairs. ADEC Air / Water and ADEC Electric connectors are currently being used. Contractors are asked to connect / install products using existing hardware / tubing. Provide Hand Pieces and Motors, provide documentation of safety and functional test on each item with manufacturer name, model number, serial number, room number where the equipment is placed, and test results. Remove all trash. REQUIREMENT IS SOLICITED AS BRAND NAME OR EQUAL QUOTED PRODUCTS MUST HAVE THE SAME FIT, FORM AND FUNCTION OF THE BRAND NAME ITEM(S). THE BRAND NAME IS BIEN AIR. ALL POSSIBLE EQUAL TO ITEMS ARE ACCEPTABLE THAT MEET FIT, FORM AND FUNCTION. VA FACILITIES: The Montgomery VA Clinic located at 215 Perry Hill Road, Montgomery, Alabama requires the purchase of Hand Pieces and Motors. This is for the Outpatient Clinic in all areas at Montgomery, Alabama, Tuskegee, AL, Columbus, Ga, and Fort Novosel. The contract awardee will be required to complete installation at ALL VA Facilities identified below. Montgomery, AL, VA Clinic address (MVAC Clinic): 215 Perry Hill Road, Montgomery, Alabama 36117 Tuskegee, AL, VA Clinic address: 2400 Hospital Road, Tuskegee, Alabama 36083 Columbus, GA, VA Clinic address (Poydasheff) : 6910 River Road, Columbus, Georgia 31904 Fort Novosel, VA Clinic address (Lyster Army Health Clinic): 301 Andrews Ave, Fort Novosel, Alabama 36362 SITE(S) VISIT: See clause 52.237-1, Site Visit (APR 1984). Site visits at the Columbus, Georgia and Tuskegee, Alabama facilities will be hosted as follows: Site visit one (1) will be conducted on Tuesday, May 21, 2024, at 10:00am CST at the Columbus, GA VA Clinic located at 6910 River Road, Columbus, Georgia. Contractors attending the site visit are to report to the main lobby and ask for Dr. Fred Moore. Site visit two (2) will be conducted on Thursday, May 23, 2024, at 10:00pm CST at the Tuskegee, Alabama, VA Clinic, located at 2400 Hospital Road, Tuskegee, Alabama. Contractors attending the site visit are to report to the main lobby and ask for Dr. Michael Boykin. NOTE 1: These are the ONLY site visits scheduled for this project; individual or separate site visits, will not be scheduled. Contractors may attend one or both site visits. If you have any questions, please contact the Contracting Officer, Joseph Locke via e-mail at joseph.locke@va.gov. NOTE 2: Site Visits are highly recommended due to the unknowns / discreprancies in the types of chairs involved. NOTE 3: If interested vendors are NOT able to attend the site visit(s) in person, offerors will be afforded the opportunity to possibly participate remotely via Video Conference using available media to include and not limited to MS TEAMS during the times scheduled. Note: individual or separate site visits will not be scheduled. NOTE 4: Contractors are highly encouraged to attend the site visit(s) to properly determine exactly, what needs to be replaced/installed. NOTE 5: If during the site visit(s) it is determined that additional items (not identified in the schedule of supplies) need to be replaced / added / installed, the contractor is asked to document that information in their individual quotation and include. pricing and delivery times, as determined necessary by the quoter. NOTE 6: If during the site visit(s) it is determined the line-item quantity for any of the items Identified in the Schedule of Supplies needs to be revised, the offeror is asked to clearly document that within their quotation and provide a quote for the revised quantity to include delivery. INSTALLATION: All handpieces will be connected to the existing tubing on the chairs. No new tubing is being requested. The Contractor will be required to complete installation at all VA Facilities identified in Paragraph B. Each offeror MUST clearly describe their individual proposed plan of action (within the text of their quote) to include for the delivery, receipt, and installation to all VA Facilities identified in Paragraph B. HOURS OF WORK: The installation should take place during normal business hours of 8:00am and 4:30pm, Monday through Friday, Federal Holidays excluded. Request for weekend work must be submitted in writing. Inspections will require a prior five-day notification submitted to the Contracting Officers Representative (COR) or government representative. DELIVERY: The Service Line is asking that instruments be delivered, installed and ready for use in the Dental service no later than twenty-one (21) business days after the date of award. If this timeframe is not realistic for any reason, the quoter is asked to identify their best obtainable delivery schedule, to include installation date(s) for all facilities; clearly explain that information within the text of their quotation. All requested items shall be delivered to: Central Alabama VA Healthcare System (CAVHCS) 215 Perry Hill Road Montgomery, Alabama 36109 WARRANTY: The quoter shall provide warranty coverage for all parts and equipment with a warranty period covering three hundred and sixty-five (365) days after the date of acceptance of products and equipment by the Government. TRAINING: There is no requirement for training, however quoters are asked to provide copies of any applicable user manuals or product data which could be used by the Government to provide internal training on the products and equipment. Should there be an additional charge, please add those charges to the submitted quotation. QUESTIONS: ALL Questions relating to this solicitation MUST be submitted in writing to the Contracting Officer via e-mail at joseph.locke@va.gov, NO LATER THAN Monday, May 20, 2024, at 10am EST. AMENDMENT: Answers to ALL Questions relating to this solicitation will be posted via an amendment to the solicitation onto BetaSam.gov by the Contracting Officer on or before 4:30pm EST on Monday, May 27, 2024. The following solicitation provision applies to this acquisition and is included below in full text. The full text may be accessed electronically at http://acquisition.gov/comp/far/index.html. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES ITEMS (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: QUOTATION SUBMISSION INTRODUCTION: The Offeror s Quote shall be submitted via email to the Contracting Officer at joseph.locke@va.gov on or before the closing date and time referenced on page 1. Each quotation submission shall be sent via e-mail either as a separate PDF or an Excel document. One quotation submission of each is required. Quotation Submission Part 1A: TECHNICAL & Part 1B: INSTALLATION Quotation Submission Part 2: PRICING AND DELIVERY The use of hyperlinks is prohibited. Quotes will be evaluated solely on the information contained in each quotation submission without any reference made to extraneous information. 2. QUOTATION FILES Format: Each submission must be clearly indexed and logically assembled. Each part of the contractor s quotation submission shall be clearly identified and shall begin at the top of a page. All pages shall be appropriately numbered and identified by the complete company name, date, and solicitation number in the header and/or footer. Each paragraph shall be separated by at least one blank line. All proprietary information shall be clearly and properly marked. File Size Restrictions: Due to VA email file size restrictions, vendors are encouraged to logically separate their quote into separate emails. If this is necessary, quoters shall clearly document this information in the text of their email. Content Requirements: Vendors are solely responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quotation submission. Title Requirements: The title requirements for each file are shown in the Table below. Traceability: All offerors are required to provide evidence they are authorized to resell all quoted products and/or equipment. Quotations submitted in response to this solicitation shall contain the following in separate parts. Quotation Submission Part Factor File Name Part 1A Part 1B Technical & Installation Your Company Name - Tech.pdf Your Company Name - Install.pdf Part 2 Pricing & Delivery Your Company Name - Price.xls QUOTATION SUBMISSION PART 1A TECHNICAL: Vendors shall provide descriptive literature which will be referenced to determine if the quoted products are technically acceptable. Quoted products shall either be exact match to the brand name or be equal to the brand listed and must clearly meet the same fit, form and function of the brand name item. To be considered technically acceptable, it must be clear the equal to item has the same fit, form and function of the brand name item. QUOTATION SUBMISSION PART 1B INSTALLATION: Vendors are asked to complete the following Installation Worksheet to identify point-of-contact, clearly define roles and to help ensure all expectations for installation are met by the dental service line. NO PRICING SHALL BE SUBMITTED IN QUOTATION SUBMISSION(s) PART 1A and 1B., Installation Worksheet Insert Company Name Insert Facility Name Contractor s Proposed Date(s) of Installation The installation includes the following: § XXX § XXX Installation Assumptions Everyone seeks to have a smooth and event free installation. To meet the expectations of both parties, the Installation effort is developed under the following assumptions. The facility will appoint a point-of-contact ( POC ) to interface with (Insert Contractor s Name) in coordinating and completing pre-installation requirements and the actual installation. Facility POC: Joseph Locke, 803-979-0338, joseph.locke@va.gov On Site Contractor POC: [Name], [Phone#], [Email Address] The POC and/or a Dental Service Line representative will be on site throughout the installation to resolve any questions or issues, designate onsite areas for relocating equipment during the transition, remove old equipment from facility once contractor s On-Site POC removes the equipment from the dental clinic, and signs off on the installation once it is completed. For each dental clinic receiving the new equipment, that dental space will be closed during the installation period. Contractor POC On-Site time estimates are based on a closed dental space to perform the work during an 8-hour workday. If contractor On-Site needs to work around patients or incur overtime, there may be an additional cost and the POC will be informed prior to any additional charges being incurred by the contractor. To ensure an efficient installation, all products to be installed by Contractor On-Site must be received and cleared by the facility prior to finalizing the installation date. Contractor On-Site will work with the POC to create an equipment staging plan so all equipment to be installed is in the clinic and staged accordingly no later than the night before the installation date. Any equipment that is not staged and ready for installation will not be installed. This avoids additional charges for overtime and unplanned work effort. Installation does not include any training. Badge access or other access requirements will be finalized between the facility and Contractor On-Site so they can be addressed prior to the installation team deploying to the facility. Any facility specific security or medical requirements will be timely communicated to Contractor On-Site to avoid any delays at the start of the installation. Removal of shipping cartons and packing material is the responsibility of the facility. Transporting old and new equipment between the warehouse and facility is the responsibility of the facility. The facility will confirm to Contractor On-Site and that it is ready for the installation 7 days in advance of the installation date. Contractor On-Site may review this Installation Worksheet with the POC as part of the readiness assessment. Items to be Completed Prior to Installation Facility POC Identified. Government On-Site Dental Engineer assigned. Determine Installation Date(s) Is there any existing equipment that needs to be removed before installation. Any On-Site requirements of BioMed provided to Facility POC. Contractor On-Site and Facility POC agree to the equipment staging plan. Products received and cleared by the facility prior to finalizing the installation date Communicate any facility specific security or medical requirements. Badge access or other access requirements finalized. Confirmation of installation readiness 7 days ahead of time Equipment staged by the night before installation. Contractor On-Site day-of installation start time. Items to be Completed after Installation Facility POC signs off with Contractor On-Site on completed installation. Contractor removes and disposes of all shipping cartons and packing material. NOTES: The Government requests the contractor provide prices, warranties, conditions, benefits, and terms that are at least equal to or more favorable than the prices, warranties, conditions, benefits, and terms quoted by the contractor to any customers for the same or a substantially similar quantity and type of service. Contractors are hereby advised that any Contractor-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the Solicitation, may render the Offeror s proposal Unacceptable, and thus ineligible for award. (End of Addendum to 52.212-1) ATTACHMENT A: PRICE/COST SCHEDULE QUOTATION SUBMISSION PART 2. PRICING & DELIVERY ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 15 EA ________________ ________________ Line item 1 COUPLING UNIFIX 4H L WATER ADJ Brand Bien Air Part # 1600086-001, Quantity 15 needed for Engle Chairs at Tuskegee and MVAC Model # Unifix 4L 0002 35 EA _________________ Line item 2 OUPLING UNIFIX 4H L WATER ADJ Brand Bien Air Part # 1600086-001, Quantity 35 needed for Engle Chairs at Tuskegee and MVAC Model # Unifix 4L ________________ 0003 12 EA __________________ __________________ Line item 3 BORA 2 LED Bora 2 L LED REF 1601152-001 Categories: Air Driven Handpieces CLASSIC Line 20W 59 dBA 4 asymmetrical mixed air/water sprays LED Light Anti-retraction valve 0004 100 KT __________________ __________________ Line item 4 SLOW SPEED KIT 1 Note: Three (3) separate product codes are listed below; all three (3) items comprise the kit. Straight 1:1 Nosecone Micro-Series Int Spray Straight 1600693-001 Straight 1:1 Nosecone Int Spray Straight 1600383-001 PM 1:1 This last-generation handpiece is the result of our ongoing research and development work. PM 1:1 is designed to withstand the stresses resulting from repeated lateral pressure, while maintaining exceptional precision. You will appreciate the absence of vibration, quiet operation and tried and tested bur locking system. Micro-Series 30% Shorter & 23% Lighter*. * Micro-Series handpieces are compatible with Bien-Air MX2, MCX & MX-i motors (upgrade available for any previous generation Bien-Air motor), KaVo 703L motor, W&H EA53 motor, and NSK NLZ-E motor. NOTE: Requirement is for 100 KITS. 0005 1 EA __________________ __________________ SHIPPING/HANDLING FEE GRAND TOTAL __________________ ATTACHMENT B: DELIVERY SCHEDULE ITEM NUMBER SHIPPING INFORMATION QUANTITY DELIVERY DATE 0001 15 0002 35 0003 12 0004 0005 100 1 BASIS OF AWARD: 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 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: Technical Delivery Price The award will be made to the quoter s response identified as the most advantageous to the Government. Responses should contain your best terms and conditions. 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 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2020) FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders- Representation and Disclosures (Dec 2023) FAR 52.211-6, Brand Name or Equal FAR 52.214-21, Descriptive Literature FAR 52.229-11, Tax on Certain Foreign Procurements- Notice and Representation (Jun 2020) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-71, Alternate Protest Procedure (Oct 2018) VAAR 852.239-75, Information and Communication Technology Accessibility Notice (Feb 2023) 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 clause applies to this acquisition and is included in full text: 1. VAAR 852.212-71 Gray Market and Counterfeit Items. GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) The following contract clauses apply to this acquisition; are included by reference: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-18, 52.217-8, 52.217-9, VAAR 852.203-70, VAAR 852.219-10, VAAR 852.232-72, and VAAR 852.237-70. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2020). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.204-27, 52.204-30, 52.209-6, 52.219-8, 52.219-27, 52.219-28, 52.219-33, 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, 52.229-12, 52.232-33; 52.232-36. VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran Owned Small Businesses (Deviation) Jan 2023 VAAR 819-76 VA Notice of Limitations on Subcontracting- Certificate of Compliance for Supplies and Products (Jan 2023) VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.247-73 Packing for Domestic Shipment The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. 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. All quoters shall submit the following: Files should be sent via electronic mail; in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes shall be submitted via email ONLY to the Contracting Officer (CO), Joseph Locke at joseph.locke@va.gov NOT LATER THAN THE CLOSING DATE IDENTIFIED ON PAGE ONE (1). All quotes/offers submitted must include the Solicitation# 36C24724Q0624 and DENTAL HANDPIECES AND MOTORS in the subject line of the email. Hand deliveries or facsimile will NOT be accepted, telephone responses will NOT be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Joseph Locke Contracting Officer, NCO 7 Logistics (90), Columbia VA Healthcare System 6439 Garners Ferry Road Columbia, SC 29029 (803) 979-0338 Joseph.locke@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/418d85d3e80f4fdd9052d48d8ae6df17/view)
- Place of Performance
- Address: See Combined Synopsis/Solicitation for listing of facilities., USA
- Country: USA
- Country: USA
- Record
- SN07073921-F 20240524/240522230050 (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 |