Virginia Bids > Bid Detail

6525--BRAND NAME ONLY. Sirona Dental Schick 33 Starter Kit and HD Plus Heliodent. This is NOT a request for a quote.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159528736272327
Posted Date: Oct 21, 2022
Due Date: Oct 28, 2022
Solicitation No: 36C24423Q0066
Source: https://sam.gov/opp/93eab41025...
Follow
6525--BRAND NAME ONLY. Sirona Dental Schick 33 Starter Kit and HD Plus Heliodent. This is NOT a request for a quote.
Active
Contract Opportunity
Notice ID
36C24423Q0066
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 21, 2022 09:41 am EDT
  • Original Response Date: Oct 28, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 27, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6525 - IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    Lebanon VA Medical Center , 17042
    USA
Description
Schick 33 Starter Kit, and HD Plus Heliodent

Statement of Need

Background:
The Lebanon VA Medical Center (LVAMC) has a brand name requirement for three (3) Schick 33 Starter Kit, and three (3) HD Plus Heliodent Arms.

Scope of Work:
The Schick 33 will provide diagnostic images while the Heliodent plus will function as the intraoral x-ray generator for digital imaging. These will be installed in the 2 new Dental Operatories on 17-5A.

Salient Characteristics of the brand name required Sirona Dental Schick 33:
3 Sensor Sizes:
Accommodate a full range of patients including children. Schick 33 is available in all three sizes (0, 1 and 2).
High-Resolution Imaging:
The Schick 33 intraoral sensor provides a theoretical resolution of 33-line pairs per millimeter for consistently detailed images and advanced diagnostic capabilities.
Interchangeable Cable Technology:
All sensors use replaceable cable technology, available in 3 ft., 6 ft. and 9 ft.

Salient Characteristics of the brand name required Sirona Dental Heliodent Plus:
Small focal spot generator with preprogrammed digital sensor settings.
User-friendly interface with preprogrammed settings for better workflow.
Three different arm lengths and remote-control features allow for an installation in any operatory.
Featuring a universal aiming ring, unique integrated arm and holder design, this system makes assembly and repeatable positioning easy.
Used in multiple configurations, this disposable system is suitable for all patients regardless of oral cavity size or structure.
Rectangular Collimator is Included accessory to reduce radiation to the patient.
Delivery:
Delivery shall be within thirty (30) days from the time of award. The Schick 33 Starter Kit, Windows 10 Workstations and HD Plus Heliodent Arms, will be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. Biomedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative.
Nominated COR: Beverly Miller
Phone: (717) 272-6621 x 4120
Email: Beverly.Miller1@va.gov

Instructions

The information identified above is intended to be descriptive, of the Brand Name only Sirona Dental - Schick 33 Starter Kit, and HD Plus Heliodent Arms, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339114.

Please answer the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.

(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.

(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

(10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(11) Please submit your capabilities in regard to the brand name equipment.

(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on October 28, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0066 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the beta.Sam website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information (RFI). Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 21, 2022 09:41 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >