Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

65 -- RECOVERY: Digital Radiography for Alaska Area

Notice Date
7/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-DR-AK
 
Archive Date
8/21/2010
 
Point of Contact
Tory Estabrook, Phone: 301-443-4779
 
E-Mail Address
testabrook@psc.gov
(testabrook@psc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 10-233-SOL-DR-AK. The solicitation is issued as a Request for Quote (RFQ) (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (iv) The corresponding NAICS code is 423450 and the small business size standard is 100 employees. (v) List of contract line item number(s) and items, quantities and units of measure – Line item 1:INST IMAGING – 73180016 OC200 D with 2 Dedicated Image Receivers, LR, QUANTITY 1. Line Item 2:INST IMAGING – 42200003 Focus Intraoral x-ray, wall mount, 75” reach, QUANTITY 3 Line Item 3:INST IMAGING 42209067 SnapShot Sensor Kit, Size 2, QUANTITY 2. Line Item 4:INST IMAGAING 42209066 SnapShot Sensor Kit, Size 1, QUANTITY 1 Line Item 5:INST IMAGING 42200068 SnapShot Sensor three-year extended warranty (1 sensor), QUANTITY 3 Line Item 6:INST IMAGING 42209481 Cliniview – Additional Workstation license Line Item 7:Soredex 73180041 Digora Optime Classic Imaging Plate System; QUANTITY 1 Line Item 8:Installation and software and equipment training for approximately 14 people (dentists, dental assistants, receptionists, hygienists, and ancillary people) during the week of August 23, 2010 in Kodiak, AK. (vi) Description of Requirements – Install digital radiography equipment and provide training at the Kodiak Area Native Association dental clinic. Includes the purchase of digital radiographic hardware and software; installation of the hardware and demolition of the current imaging system; installation of any remaining IT hardware not already in place with the migration to the Dentrix Enterprise electronic patient record platform; installation of software necessary to execute digital imaging and insure the appropriate backup and data security; staff training to use and maintain the platform; and follow-up to insure a successful installation. (vii) Delivery and all services are to be provided the week of August 23, 2010 at the Kodiak Area Native Association, 3449 Eat Rezenof Drive, Kodiak, Alaska. (viii) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition (ix) The provision at FAR 52.212-2, Evaluation – Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, with its offer or acknowledge its listing in Online Representations and Certifications Application (ORCA). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, Alternate II, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.); (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note); (5) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Jul 2010) (Pub. L. 111-5); (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)); (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755); (21) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (xiii) Sole Source justification: This acquisition is conducted under the authority of 41 U.S.C 253(c)(1) as set forth in FAR 6.302-1(c), only one responsible source and no other supplies or services will satisfy agency requirements. The US Department of Health and Human Services, Program Support Center, on behalf of the Indian Health Service, intends to award a purchase order to Burkhart Dental, 12000 Industry Way, Anchorage, AK 99515. Burkhart Dental is uniquely qualified to provide the required equipment, installation and training in the timeframe required. Installation and training must occur the week of August 23, 2010. This is the last week before the beginning of itinerant village travel to deliver dental services in remote locations by dental staff on an ongoing weekly basis. It is very important that training be provided with implementation. Additionally, this is the only week there will be undivided access to the Kodiak Area Native Association IT staff. Burkhart Dental has a long term association with the KANA clinic and careful coordination and management of such a complex installation is very important. Transition to the use of the new equipment must be successful and interfere as little as possible with patient care delivery. Burkhart Dental is familiar with the unique and challenging logistical obstacles created by distance and weather with the installation of dental equipment in Kodiak, Alaska, which is accessible only by air or sea. They also have extensive knowledge and understanding of the clinical operations and IT infrastructure of 638 clinics in rural Alaska because of their work with clinic installations in native villages. Any failure of execution would result in a loss of imaging, thereby effectively shutting down the clinic. The requested brands (Intrumentarium and Soredex) meet the clinic’s patient care needs most appropriately and will allow KANA to continue to use some equipment already in place. Specifically this includes x-ray heads currently in use chairside that can be recalibrated and used in the new digital platform. Also, the selected hardware will integrate seamlessly with the software and IT systems already in place (the Dentrix Enterprise platform). (xiv) DPAS – N/A (xv) Quotes are due Friday, August 6, 2010, 2:00 PM Eastern Standard Time, electronically to the Contract Specialist at Tory.Estabrook@psc.hhs.gov. (xvi) Contact Ms. Tory Estabrook, Contract Specialist, at Tory.Estabrook@psc.hhs.gov regarding the solicitation. Any inquiries must be emailed to the Contract Specialist, with “RFQ 10-233-SOL-DR-AK – Inquiries” in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-DR-AK/listing.html)
 
Place of Performance
Address: Kodiak, Alaska, United States
 
Record
SN02223667-W 20100801/100730234847-4507155f58106ebdc09239e59a6c04eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.