Alabama Bids > Bid Detail

6520--Dental Instruments

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159211123275552
Posted Date: Apr 8, 2024
Due Date: Apr 12, 2024
Solicitation No: 36C24724Q0547
Source: https://sam.gov/opp/5d3dddf413...
Follow
6520--Dental Instruments
Active
Contract Opportunity
Notice ID
36C24724Q0547
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 08, 2024 03:54 pm EDT
  • Original Date Offers Due: Apr 12, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    Central Alabama VA Healthcare System Montgomery VA Clinic ,
Description
I. GENERAL INFORMATION

This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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.

Solicitation 36C24724Q0547 is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-04, April 1, 2024.

This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of clauses and provisions may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.va.gov/oal/library/vaar/

This solicitation is set-aside for Service-Disabled Veteran-Owned Small Business (SDVSOB) pursuant to 38 U.S.C. 8127, in accordance with VAAR 819.7006, using procedures outlined in FAR 13.5. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 750 Employees. The FSC/PSC is 6520.

II. REQUIREMENT DESCRIPTION

The Department of Veterans Affairs, Network Contracting Office (NCO) 7 is seeking to purchase Dental Instruments for Central Alabama VA Healthcare System Outpatient Clinics.

This requirement is for dental instruments that are brand-name or equal to Hu-Friedy dental instruments identified in the attachment titled Dental Description and Pricing Table . A list of all required items, including specific packaging instructions and quantities are included in the attachment. Offerors are responsible for reviewing the entire solicitation including all attachments to ensure their quote conforms to the requirements before submitting a quote.

All items must be brand-name or equal to Hu-Friedy dental instruments having the same level of quality and physical characteristics to satisfy the Government s needs. Quotes for equal products should clearly identify their quote as equal and specify the brand/manufacturer for each item quoted.

All products must be warranted for a minimum of one year. All items must be delivered within 45 days of receipt of order to the following address: Central Alabama VAHCS, Montgomery VA Clinic, 215 Perry Hill Road, Montgomery Alabama 36109.
III. INSTRUCTIONS TO OFFERORS

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)
All items must be brand-name or equal to Hu-Friedy dental instruments having the same level of quality and physical characteristics to satisfy the Government s needs. Quotes for equal products should clearly identify their quote as equal and include the Equal Product Description and Brand/Manufacturer for the Equal Item (see attached pricing table).

All Offerors shall submit the following:

Company Information- Name of Company, address, phone number, e-mail address, and Unique Entity Identifier (UEI) number. For verification of conformance to set-aside.

Point of Contact for Quote: Name, title, e-mail address, and phone number.

Completed Dental Description and Pricing Table .

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.
QUOTE SUBMITTAL: To be considered for award, Quotes must be emailed to the Contracting Officer at lasonja.harvey@va.gov no later than 10:00 AM ET on April 10, 2024. Any questions or concerns regarding this solicitation should be emailed to the Contracting Officer at lasonja.harvey@va.gov.

IV. EVALUATIONS
FAR 52.212-2, EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)

Basis of award: The government will award a single, firm-fixed price purchase order resulting from this combined/synopsis solicitation to the responsible offeror whose quote confirming to the solicitation will be most advantageous to the Government.

The award will be made to the response most advantageous to the Government, so Offerors are encouraged to submit their best terms.

Evaluation Approach: Award will be conducted using a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes to determine the Offeror s ability to meet the requirements specified in the solicitation, resulting in a Contracting Officer decision for the quote most favorable to the Government. The government may consider the quote specifications, function, warranty, delivery timeframes, price, and any other information necessary to determine which quote offers the overall best benefit, and at a fair and reasonable price.

Under the comparative evaluations, the Government reserves the right to consider a quote other than the lowest price that provides additional benefits, and/or a quote that provides benefit to the Government that exceeds the minimum requirement of the solicitation but is not required to do so.
V. CLAUSES

The Clauses below apply to this acquisition.

FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS (NOV 2023)

FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)

FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)

FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)

FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023)

FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2023) (DEVIATION)(2024)

VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)

VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023)

VAAR 852.246-71 REJECTED GOODS (OCT 2018)

VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION)

VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)

VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)

ADDENDUM to VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)

INVOICES: All invoices should be submitted in arrears and must contain the appropriate purchase order number. NOTE: If invoice is submitted improperly (too early, incorrect purchase order number, incorrect billing, etc), invoice will be returned to contractor for correction.

Vendor Electronic Invoice Submission Methods
Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below:
VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, Tungsten Network (Formerly OB10), to transition vendors from paper to electronic invoice submission. Please go to this website http://www.tungsten-network.com/us/en/veterans-affairs-us/Â to begin submitting electronic invoices, free of charge.
A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org).

Vendor e-Invoice Set-Up Information
Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below:
OB10 e-Invoice Setup Information: 1-877-489-6135
OB10 e-Invoice email: VA.Registration@ob10.com
FSC e-Invoice Contact Information: 1-877-353-9791
FSC e-invoice email: vafsccshd@va.gov
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEC 2023) (DEVIATION) (JAN 2024)

The following subparagraphs of FAR 52.212-5(b) are applicable:

(1) 52.203 6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) (41 U.S.C. 4704 and 10 U.S.C. 4655).

(5) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note).

(9) 52.204 27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117 328).

(11)(i) 52.204 30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) (Pub. L. 115 390, title II).

(12) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).

(20) 52.219-8, Utilization of Small Business Concerns (SEP 2023) (15 U.S.C. 637(d)(2) and (3)).

(25) 52.219 27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (OCT 2022) (15 U.S.C. 657f).

(26) (i) 52.219 28, Post-Award Small Business Program Rerepresentation (SEP 2023) (15 U.S.C. 632(a)(2)).

(32) 52.222 19, Child Labor Cooperation with Authorities and Remedies (NOV 2023) (DEVIATION) (JAN 2024) (E.O. 13126).

(33) 52.222-21, Prohibition of Segregated Facilities (APR 2015).

(34)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).

(35)(i) 52.222 35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).

(36)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).

(37) 52.222 37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).

(38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).

(39)(i) 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

(48) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513).
(55) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(59) 52.229 12, Tax on Certain Foreign Procurements (FEB 2021).

(62) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT
2018) (31 U.S.C. 3332).

(64) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332).
VI. PROVISIONS

The provisions below apply to this acquisition.

FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)

FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)

FAR 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023)

FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999)

FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)

FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023)

FAR 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION (JUN 2020)

52.233-2 SERVICE OF PROTEST (SEP 2006)

Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from: Lasonja Harvey at lasonja.harvey@va.gov.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of Provision)

VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018)

VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018)

VAAR 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE (FEB 2023)

Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 08, 2024 03:54 pm EDTCombined Synopsis/Solicitation (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 >