COMBINED SYNOPSIS/SOLICITATION
BRAND NAME Dental Instrument and Supplies
Department of Veterans Affairs, VISN 16, Veterans Health Care System of the Ozarks
This is a combined synopsis/solicitation for a commercial item, HU FREIDY BRAND NAME DENTAL INSTRUMENTS AND SUPPLIES, prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C25618U0343.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-24-2018.
(iv) This solicitation is being issued as 100% set-aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB). It is the Government s intends to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339114, with a small business size standard of 750 employees.
(v) Respondents to this solicitation must fully demonstrate their capability by supplying detailed information along with any other documents necessary to support the requirements below. Offers are to be provided to
[email protected] no later than 4 September 2018 at 10:00 AM CST.
(v) The Contractor shall provide all material, parts, equipment, tools transportation, supervision and
labor necessary to deliver the required Dental Hand Pieces and all associated accessories that meet the
brand name only specifications as identified below. All equipment shall be brand new and shall be delivered in new and unused/unopened condition.
(vi) This requirement is for dental instruments and supplies that will be used in patient care at the Veterans Health Care System of the Ozarks (VHSO) Springfield, MO Community Based Outpatient Clinic located at 1850 W Republic Road, Springfield, MO.
(vii) THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
THIS IS A BRAND NAME PURCHASE.
ANY QUOTE OFFERING PRODUCTS THAT ARE NOT EXACT MATCH WITH IDENTICAL PART NUMBERS WILL BE REJECTED.
Hu-Friedy Brand Name
Item #
Description/Part Number*
Qty
Unit
Unit Price
Amount
F210S
#210S Forceps
ÃÂ
10
EA
$
$
F23
#23 Forceps
ÃÂ
10
EA
$
$
F17
#17 Forceps
ÃÂ
7
EA
$
$
FAF151
Apical Forceps 151
ÃÂ
10
EA
$
$
FX33
#33 European Style Forceps, Serrated
ÃÂ
9
EA
$
$
F88L
#88L Nevius Forceps
ÃÂ
10
EA
$
$
F53L
#53L Forceps
ÃÂ
5
EA
$
$
FMD1
MD-1 Mead Forceps, Serrated
ÃÂ
10
EA
$
$
F150A
#150A Cryer Forceps
ÃÂ
10
EA
$
$
F53R
#53R Forceps
ÃÂ
10
EA
$
$
F88R
#88R Nevius Forceps
ÃÂ
10
EA
$
$
E6X
#6X Potts T-Bar Elevator
ÃÂ
2
EA
$
$
E7X
#7X Potts T-Bar Elevator
ÃÂ
2
EA
$
$
TP42
#42 Adson 1x2 Tissue Pliers
ÃÂ
4
EA
$
$
TP41
#41 Adson Plain Tissue Pliers
ÃÂ
4
EA
$
$
H1
#1 Kelly Hemostat-Straight
ÃÂ
5
EA
$
$
CL88
#88 Lucas DE Surgical Curette
ÃÂ
5
EA
$
$
CM2
#2 Molt SE Curette
ÃÂ
3
EA
$
$
PH1
#1 Hourigan Periosteal- #23 Serrated
ÃÂ
5
EA
$
$
CRCH2
Christensen Crown Remover, 90
ÃÂ
10
EA
$
$
IMP204SDT
Titanium Imp Scaler 204SD
ÃÂ
6
EA
$
$
IMPLG1/2T
Titanium Imp Scaler Langer 1/2
ÃÂ
8
EA
$
$
SDKKIT
SideKick Kit
ÃÂ
1
EA
$
$
NH5068
Perm Sharp Ols-Heg Needle Holder 6.75in
ÃÂ
17
EA
$
$
S5009
Dean Perma Sharp Scissors 6.25
ÃÂ
6
EA
$
$
TFS
Allison Tissue Forcepts, Straight
ÃÂ
2
EA
$
$
IM8126
12 Inst Signa-stat cassette
ÃÂ
3
EA
$
$
RCPGL16
#1 DE Click Plastic Plugger, Satin Steel
ÃÂ
3
EA
$
$
XP23/126
#23/CP- 12 Expro, Satin Steel
ÃÂ
73
EA
$
$
RDF
Rubber Dam Forceps
ÃÂ
3
EA
$
$
RCP1/3
#1/3 DE Root Canal Plugger
ÃÂ
3
EA
$
$
RCP5/7
#5/7 DE Root Canal Plugger
ÃÂ
3
EA
$
$
RCP9/11
#9/11 DE Root Canal Plugger
ÃÂ
3
EA
$
$
IMOS9
Oral Surgery Sig Cassette Green
ÃÂ
9
EA
$
$
E44
#44 Cryer Elevator (Small)
ÃÂ
6
EA
$
$
E45
#45 Cryer Elevator (Small)
ÃÂ
6
EA
$
$
E46R
#46R Elevator
ÃÂ
1
EA
$
$
SERRE
Serrations- E46R
ÃÂ
1
EA
$
$
E301SM
#301 Apexo Elevator Small Handle
ÃÂ
15
EA
$
$
E34SSM
#34S Seldin Str. Elevator Small Handle
ÃÂ
5
EA
$
$
E34
#34 Seldin Str. Elevator
ÃÂ
15
EA
$
$
CM12
#12 Miller DE Surgical Curette
ÃÂ
11
EA
$
$
E4
#4 Schmeckebier Apexo Elevator
ÃÂ
10
EA
$
$
E5
#5 Schmeckebier Apexo Elevator
ÃÂ
10
EA
$
$
R5S
#5S Cleveland Rongeurs
ÃÂ
10
EA
$
$
RBL
30 Std Blumenthal Rongeurs
ÃÂ
7
EA
$
$
IM4166
16 Instrument Cassette
23
EA
$
$
MH1
#1 Cone Socket Mirror Handle
ÃÂ
40
EA
$
$
AC5202
CF( R)II Amalgam Carrier DE Regular/Large
ÃÂ
51
EA
$
$
XP23/12XTS
#23/CP- 12 Expro, XTS 6 Satin Steel Handle
130
EA
$
$
EXD3CHXTS
#3 CH DE Explorer XTS 6 Satin Steel Handle
46
EA
$
$
PLG1/2NS
#1/2 DE Plugger, Non Serrated
45
EA
$
$
PLG0/1NS
#0/1 DE Plugger, Non Serrated
45
EA
$
$
BB27/29
#27/29 DE Burnisher
18
EA
$
$
CD3/6
#3/6 DE Cleoid-Discoid Carver
ÃÂ
45
EA
$
$
EXC63/64
#63/64 DE Excavator
ÃÂ
51
EA
$
$
PFI11
#11 Plastic Filling Instrument
50
EA
$
$
CVHL1/2
#1/2 Hollenback DE Carver
ÃÂ
30
EA
$
$
IM5106
10 Instr Sig Cassette
ÃÂ
25
EA
$
$
SG11/126
#11/12 Gracey Curette, Satin Steel
ÃÂ
25
EA
$
$
SM17/186
#17/18 McCall Curette, Satin Steel
ÃÂ
25
EA
$
$
S204S6
#204S DE Sickle Scaler, Satin Steel
ÃÂ
25
EA
$
$
SCNEVI2
Nevi Scaler Posterior, D/E Satin Steel
ÃÂ
25
EA
$
$
SBH5/66
#5/6 Barnhart Curette, Satin Steel
ÃÂ
25
EA
$
$
PFIWDS2
#2 Woodson DE Plastic Filling Instrument
ÃÂ
3
EA
$
$
TOTAL COST
$
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov;
FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99, and 52.204-4.
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-27, 52.222-3, 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, and 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside.
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee (at least two year)
852.246-71 Inspection
The Following VAAR Provisions apply
852.211-72 Technical Industry Standards
(a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.ÃÂ No remanufactures or gray market items will be acceptable.
ÃÂ
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.ÃÂ All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.ÃÂ Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor toÃÂ replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.ÃÂ
Evaluation: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable.
Technical Quote
Offeror must submit a quote with a detailed Specifications that meet the EXACT requirements listed above.
Price.
Government intends to award a LPTA, firm fixed-price contract, on an all or none basis with payment terms of Net 30. Price will be evaluated for reasonableness and fairness in accordance with FAR 8.405-2 (d).
Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The offerors prices will be compared to each price proposal received from other competitive offerors. Comparative Evaluation will be conducted in accordance with FAR 13.106-2 (b)(3).
The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability.
Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues.
The Government reserves the right to make no award at all.
This is an open-market combined synopsis/solicitation for products as defined herein.ÃÂ ÃÂ The government intends to award a purchase order or delivery order/task order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quoters 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form.
If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER FROM THE MANUFACTURER needs to be provided with your quote in order to be considered for the award.
All Questions shall be submitted in writing in response to the Solicitation and are due no later than Friday, 31 August 2018 at 10 :00 AM CST. Questions shall be emailed to
[email protected] on or before the date and time stated.
NO LATE QUOTES WILL BE ACCEPTED
Quotes are to be emailed to Arlene A. Blade at
[email protected] no later than 5 September 2018 at 10:00 AM CST.
A proposed delivery schedule is to be provided with quote.
Background:
VHSO is opening a CBOC in Springfield, MO. There will be a new dental clinic for that facility. This request is for Hu-Friedy brand instruments and supplies to be used in the new dental unit- clinical activation at Springfield CBOC. These dental instruments and supplies are to be used in daily patient care. VHSO currently has one dental clinic in Fayetteville, AR that uses the same Hu-Friedy instruments that are being requested. SPS guidelines require continuity per VHA Directive 1116, we are requesting the same brand and type of dental instruments and supplies to allow a smooth transition for processing and sterilization as well as any staff that may see patients at either site- (Fayetteville or Springfield). VHSO Dental Service is seeking standardization of all dental instruments in order to assist SPS personnel in proper cleaning and disinfection of the instruments. Must be compatible with the current Hu-Friedy dental instruments that are already in use at VHSO per SPS guidelines and Directive 1116.
Bid Protests Not Available