Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

65 -- Bien Air Dental Handpieces

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264512RC2502
 
Response Due
4/27/2012
 
Archive Date
4/27/2012
 
Point of Contact
Jaime Belletto 301-619-3020
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is N6264512RC25021. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2005-56 are incorporated. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 339114 with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quote. The Naval Medical Logistics Command request responses from qualified sources capable of providing an Dental Surgical Electric Handpieces with the following salient characteristics: Salient Characteristics The U.S. Naval Fleet has a need to procure ten (10) Dental Electric Surgical Handpiece systems to be used for oral surgery, specifically for 3rd molar extractions onboard several Navy Ships ™ Dental Operating Rooms (ORs). The handpiece system shall be electrically powered by means of a control module, motor with cable and attachable handpieces. The surgical handpieces shall be controlled via a foot-operated switch. The handpiece motor, cable and handpieces shall be capable of being disinfected by means of steam sterilization. The electric handpiece motor shall accept standard E surgical handpieces. The handpieces needed shall have a speed ratio of 1:2. The system shall include 30X power reduction contra-angles. The system shall also include any operator maintenance lubrication and cleaners, and (3) types of long shank burs in sizes 701, 702 and 703. The unit shall incorporate an irrigation mechanism to cool the cutting instrument during procedures. A comprehensive service plan if offered should be submitted at time of proposal. The electrical requirements are 110-120 VAC, 60 Hz, 15 Amp outlet. One additional Motor and Cable shall be provided. The (3) Aircraft Carriers will need 8 straight 1:2 ratio handpieces and 2 Contra-angled 30 X reducer contra angled handpiece. The (7) Amphibious Ships will need 3 Straight 1:2 ratio handpieces and 1 30X reducer contra-angle THIS IS A BRAND NAME OR EQUAL PROCUREMENT. ITEM 0001 QTY U/I PRICE Bien Air, Chiropro 980-1 Motor 1 cable/1 Foot Switch/1 Motor/1 Console 10 EA $__________________ ITEM 0002 QTY U/I PRICE Bien Air PMAM 1221 STRAIGHT Handpiece, 1:2 Ratio for 45MM BURR w. Irrigation Tube 45 EA $__________________ ITEM 0003 QTY U/I PRICE Bien Aire,CA 3012 Contra-Angled Handpiece, 30x Reducer 13 EA $__________________ ITEM 0004 QTY U/I PRICE Bien Air Lubrifluid, 500ml Can Lubricant for Drills 10 EA $__________________ ITEM 0005 QTY U/I PRICE Bien Air Spraynet, 500ML Can, Cleaning Spray For Drills 10 EA $__________________ ITEM 0006 QTY U/I PRICE Carbide Bur, #703 2.1MM head #2 Shank (51MM Length) 10/PKG Sterile, Single Use Only. 36 EA $__________________ ITEM 0007 QTY U/I PRICE Carbide Bur, #702 1.6MM head #1 Shank (44.5MM Length) 10/PKG Non-Sterile, Single Use Only. 20 EA $__________________ ITEM 0008 QTY U/I PRICE Carbide Bur, #701 1.2MM head #1 Shank (44.5MM Length) 10/PKG Non-Sterile, Single Use Only. 20 EA $__________________ ITEM 0009 QTY U/I PRICE Bien Air Basch Micromotor E Standard with External Spray. 10 EA $__________________ ITEM 0010 QTY U/I PRICE Bien Air Cable for Basch Micromotor 10 EA $__________________ ITEM 0011 QTY U/I PRICE Bien Air Maintanence and Service Plan 10 EA $__________________ ITEM 0012 QTY U/I PRICE Operator ™s Manual 20 EA $__________________ ITEM 0011 QTY U/I PRICE Service Manual 20 EA $__________________ TOTAL PRICE FOR ALL CLINS: $___________ Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Delivery: On-site delivery to Multiple locations NO BULK SHIPPING. Shipping per unit - 7 Norfolk, VA TOTAL PRICE FOR ALL CLINS: $___________ Shipping per unit - 2 San Diego, CA TOTAL PRICE FOR ALL CLINS: $___________ Shipping per unit - 1 Sasebo, Japan TOTAL PRICE FOR ALL CLINS: $___________. Regulatory Requirements: The Dental Electric Surgical Handpiece systems and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. INSTRUCTIONS TO OFFERORS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the Quote. Quotes will be evaluated to determine if they meet the essential characteristics. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. The Contractor shall not ship, and the Government will assume no increase in liability, if the costs will exceed the specified estimated amount without first obtaining a contract modification to cover the additional costs. The offeror ™s initial Quote shall contain the offeror ™s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. Award shall be made on the basis of the lowest evaluated price of Quotes meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror ™s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the essential characteristics (Quotes will have to meet or exceed the required essential characteristics). 2. Price. All CLINs shall be priced. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204.10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209.6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination DFARS 252.211-7003, Item Identification and Valuation (if applicable). DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data ”Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by11:00 a.m. Eastern Time on 27 April 2012. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 20 April 2012. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512RC2502/listing.html)
 
Record
SN02706883-W 20120329/120327235559-3fa70f7b2c6c8e9fb7125be12dddce48 (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.