Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2024 SAM #8251
SOURCES SOUGHT

65 -- 561-24-3-602-0411|36C242-24-AP-3370|Toms River Project Brand Name or Equal Dental Cone Beam

Notice Date
6/28/2024 11:03:22 AM
 
Notice Type
Sources Sought
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0782
 
Response Due
7/8/2024 1:00:00 PM
 
Archive Date
09/06/2024
 
Point of Contact
Ryan Seburn, Contract Specialist, Phone: (518)626-6138
 
E-Mail Address
Ryan.Seburn@va.gov
(Ryan.Seburn@va.gov)
 
Awardee
null
 
Description
X6510 Radiographic Unit Dental Cone Beam 3-D Imaging Statement of Work Page 1 of 8 VHA New Jersey Health Care System Initial Outfitting, Transition & Activation Statement of Work [Title] VHA New Jersey Health Care System Toms River VA Clinic 1055 Hooper Avenue Toms River, NJ 08753 INTRODUCTION The VHA New Jersey Health Care System has a requirement to purchase with an authorized vendor to supply and deliver the item(s) identified in Table 1 below to properly outfit the Dental Radiology Department of the new clinic. See salient characteristics below. This is a Brand Name or Equal Requirement. This requirement is in support of the activation of the New Toms River VA Clinic. Carestream CS9600 is the basis of design. Table 1 Package Item Summary Item # JSN Item Description Part # (basis of design) Qty 1 X6510 CS 9600 w/5yrs & 2yrs warranty 1758192 1 EA 2 X6510 CS ADV ADD ON YR 3-5 WARRANTY 1759980 1 EA 3 X6510 Patient Seat for CS 9600 family (Included) 5501200 1 EA 4 X6510 120KV License for CS9600 Family (Included) 5330642 1 EA 5 X6510 CBCT STL Converter (Included) 5310784 1 EA 6 X6510 Extracoral FMS License for CS 9600 (Included) 5330709 1 EA 7 X6510 PDIP License CSH 5 Workstations (Included) 5321930 1 EA 8 X6510 Voucher for CS Airway - 5 Activations (Incuded) 5500582 1 EA 9 X6510 License Server > 20 Users DICOM CS18 5942966 1 EA 10 X6510 Bracket for CS 9600 -9x00 rplct 5940184 1 EA 11 X6510 RVG 6200 SIZE 2 COMPLETE KIT 1065804 25 EA 12 X6510 RVG 6200 SIZE 1 COMPLETE KIT 1065796 2 EA 13 X6510 RVG Install Fee 8012809 27 JB Additional Item Requirements The vendor will provide service manuals that include theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA HTM 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 the unit will not be manufactured more than 12 months before the purchase order issue date. GENERAL CONDITIONS Site Address The address of the Toms River VA Clinic is provided below. 1055 Hooper Avenue Toms River, NJ 08753 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Est. Delivery Start Date Est. Delivery End Date Toms River VA Clinic 1 FEB 2024 15 MAR 2024 Schedule and Order Management The above delivery schedule is based upon the current construction schedule due to the nature of activation efforts and construction timelines and dates may vary and shift. Delivery dates need to be flexible. The delivery of items for installation is dependent upon the completion of applicable areas within the building. If there is a delay, the Contractor may be required to adjust the delivery date at no cost to the Government. The Contractor will coordinate with the on-site POC s before delivery. The awardee s actual delivery dates will be confirmed by VA upon award. Post-award, the vendor will coordinate delivery identified in this document with the VA prior to beginning any work (See Section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR, and the vendor. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact VA POC, David Stoff at (973) 968-1842, David.Stoff@va.gov; SME-Solutions POC, Heather Arvesen at (619) 504-4869, heather.arvesen@sme-solutions.co, and Robert Stonerook at (706) 304-7194, Robert.stonerook@sme-solutions.co. Toms River VA Clinic (Direct Delivery to address detailed in paragraph 2.1) IOT&A Contractor Provided warehouse: Address TBD The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:00 AM to 3:30 PM Eastern Standard Time, Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain in the receiving area. Trucks shall be unloaded, moved from the receiving area, and then brought back to the receiving area if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Assembly, Installation, and Calibration Required (Yes No ) The vendor is required to manage and coordinate installation at the VA Clinic with the COR or his representative IOT&A POC. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 8:00 AM to 4:00 PM Hawaii Standard Time, Monday through Friday, and excluding Federal Holidays. The proposed installation date will occur after delivery of equipment. The current timeframe of delivery is February 1, 2024 March 15, 2024. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage that occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur because of the vendor s (or associated subcontractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and the VA Clinic. The on-site representative can be the installer. All instructions provided by COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training Required (Yes No ) The vendor is required to provide live clinical training on set up, operation, shut down, and troubleshooting procedures to nursing staff. The vendor shall coordinate training dates with the on-site Project Manager. Post-award, these dates will be confirmed with the vendor to meet the clinical schedule. The proposed training date will occur after the installation of equipment and prior to first patient day. The current timeframe of delivery is March 15, 2024 April 20, 2024. 2.7.3 The vendor shall provide documentation and/or certification to each staff member that has successfully completed training. Confidentiality and Non-Disclosure This equipment does connect to a VA network. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist, block 6, the C&A requirements apply to this requirement, and a Security Accreditation Package is required. This equipment does hold or stores patient information. Therefore, in accordance with Appendix A, Handbook 6500.6 Checklist block 7, Appendix B and C provisions apply. Appendix B: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Appendix C: VA will own this equipment. If a vendor needs access during delivery, assembly, installation or repair, the contractor shall be escorted by a VA employee to ensure there is no exposure to VA sensitive information. The contractor will provide all consumable supplies necessary for training and competency assessment of hospital staff. Proof of training will be provided to the COR upon request. Salient Characteristics X6510 Radiographic Unit Dental Cone Beam 3-D Imaging Total Quantity: 1 Network Required if Checked Manufacturer Certified Installation Required if Checked BMET Training Required if Checked End User Training Required if Checked Basis of Design: Carestream CS 9600 Brand Name or Equal Requirement Description: A dental radiographic unit providing three-dimensional images. The unit uses a cone-shaped beam to acquire an image in a single pass. The unit provides a superior high resolution 3D image with low radiation dosage. Allows comprehensive examination and precise information on the anatomy of a patient s mouth, face and jaw areas by producing 3D images of all oral and maxillofacial structures. Salient Characteristics: Shall have 16x 10 edition designed for Implants, Oral and Maxillofacial Surgery, Periodontics, Prosthodontics Shall have integrated patient seat that is retractable for wheelchair patients Shall have 120KV License Shall have CBCT STL file Converter Shall have Extracoral FMS License to generate full mouth images from a 2D panoramic exam Shall have an Prosthetic-Driven Implant Planning Module (PDIP)for implant planning and verification of implants, abutments, and crowns Must be 120V AC, 60Hz, 20A Shall have Airway Software licenses that can automatically segment and measure the upper airway with 3D imaging Shall have DICOM Licenses for at least 20 users for dental imaging software to display 2D/3D Images and CAD/CAM data Must include installation and at least 1 day of onsite user training
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/886fb03b9f604475a1f1d1adbb0f63fd/view)
 
Place of Performance
Address: Toms River VAMC 1055 Hooper Avenue, Toms River, NJ 08753-8322, USA
Zip Code: 08753-8322
Country: USA
 
Record
SN07112797-F 20240630/240628230127 (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.