SOLICITATION NOTICE
65 -- SIROLaser Blue USA Laser
- Notice Date
- 9/17/2024 3:24:57 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339114
— Dental Equipment and Supplies Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0915
- Response Due
- 9/20/2024 2:00:00 PM
- Archive Date
- 09/30/2024
- Point of Contact
- Theresa Thomas, Contracting Officer, Phone: 410-642-2411 x25261
- E-Mail Address
-
theresa.thomas7@va.gov
(theresa.thomas7@va.gov)
- Awardee
- null
- Description
- SIROLaser Blue Dental Laser Brand name only Description The Washington DC Veterans Affairs Medical Center has a requirement for a FDA approved diode laser unit with blue wavelength that offers a wide range of applications in periodontics, endodontics, and dental surgery and desensitization. Scope of Work The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request. Specifications 4.1 Equipment Line Item Description Quantity SIROLaser Blue USA / 6654227 2 Easy Tip 320 Pack of 25 / 6498062 2 Easy Tip 200 Pack of 25 / 6498484 2 Easy Tip 200 Endo / 6535905 2 8mm Therapy light guide/ 6541465 2 4mm Therapy light guide/ 6541499 2 Optic protective cap for handpiece/ 6579580 2 Fiber cutter/ 6091669 2 Bending tool/ 6217348 2 Laser Safety googles for users/ 6617703 2 Laser Safety goggles for patients / 6541523 2 4.2 Required Features A Blue laser equipped with a high-tech laser module, which provides three different forms of laser in a single device Has invisible infrared Has a blue wavelength is 445 nm for soft tissue surgery Has a infrared wavelength is 970 nm for perio and hygiene procedures Has a red wavelength is 660nm for photobiomodulation Has several different Laser operation modes. The continuous wave mode implies a continuous, uninterrupted laser beam. The chopper mode also called pulse mode the laser beam is interrupted at regular intervals. Has manual setting changes and custom presets can be set Tabletop laser device Device has a touch screen, laser stop key, carry handle, finger switch with exchangeable key pad, metal handpiece sleeve, handpiece holder and cable for optical fiber and wires The beam guide is flexible quartz glass fiber Has a fill color, graphical LCD touch screen Has internal air cooling by output Dimensions are 182x 197x 189mm The weight is 1300g including the handpiece and rechargeable battery The optical fiber thickness is 200 and 320um for the fiber tip and 4 and 8 mm for the glass rods Power input is 15V DC 6.66 A max. 100 VA MPU101-106 Input voltage is 100-240 VAC Input current is 1.25-0.5A Input frequencies are 47-63 Hz The optical fiber material has an attenuation of 1 db/km @ 970 nm Tensile strength is 70 kpsi Wireless foot control frequency is 2.4 GHz-2.4835 GHz, has transmitting power of <2 mW and take 2 AA, 1.5V Specific Tasks. 5.1 Delivery All equipment shall be delivered to: Washington DC VA Medical Center 50 Irving St NW Washington, DC 20422 ATTN: VHAWAS Equipment Committee Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip). Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345) Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information. Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery. Delivery is required within 60 days from award of the contract. 5.2 Installation/Implementation Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system. Installation shall be completed within the period of performance. Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use. In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment). The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 5.3 Training Contractor shall be responsible for providing training to clinical staff/users. Training is to be scheduled in advance with the designated on-site POC. Education shall be provided prior to and/or at time of installation. Education professional shall be certified to provide instruction on the designated equipment/system. Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips. 5.4 Inspection and Acceptance Contractor shall conduct a joint inspection with the on-site POC upon completion of installation. In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer. 5.5 Deliverables. The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion: Service report. Warranty information. Electronic copy of the Operators Manual. Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists. Hours of Operation. DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any other national holiday as declared by the President of the United States Period of Performance Delivery within 60 days from contract award. Invoicing Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/US/en/veterans-affairs/. More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address. FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice Email: vafsccshd@va.gov Contract Type Firm-Fixed Priced Contract Evaluation Factors Price Required Features Authorization Letter to Distribute Delivery Lead Times
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/da15e47ec9a540e28affa4b40eaad5a3/view)
- Place of Performance
- Address: Washington DC VA Medical Center 50 Irving Street NW Washington, DC. 20422, USA
- Country: USA
- Country: USA
- Record
- SN07214776-F 20240919/240917230119 (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 |