Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SPECIAL NOTICE

66 -- Planmeca Promax 3D

Notice Date
5/14/2019
 
Notice Type
Synopsis
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
36C25019Q0770
 
Archive Date
7/13/2019
 
Point of Contact
percy.johnson2@va.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs intends to negotiate a sole source contract to purchase one (1) Planmeca ProMax MID 2D/3D imaging platform with WIN10 acquisition PC and RECO Server (monitor not included, RECO server is not for data storage), 5 Romexis concurrent 2D/3D licenses, (1) Calm Corrective Algorithm for Latent Patent Movement, (1) INSTALL 3D Planmeca 3D installation, (1) ONSITE TR Full Day Onsite Romexis Training, (8) Planmeca Romexis 3D software major version upgrade(per license). The Columbus VA Dental Service needs to replace our current aging Planmeca ProMax unit. Replacing the Planmeca ProMax with the Planmeca ProMax 3D will benefit us with more accurate images as well as allow us to develop 3D images to benefit our providers in diagnosis and treatment. The item has been determined to be in the same footprint and mounting of our current unit. Planmeca has shown to be compatible with our current radiographic software and our staff is familiar with its use. The North American Industry Classification System Code (NAICS) is 3391145, Dental Equipment and Supplies Manufacturing. The Government believes that Planmeca U.S.A. Inc and their Small Business (SB) Distributors are the only providers that can satisfy the agency requirements. Therefore, the Government intends to proceed with a sole source award for the required Promax 3D system. This procurement is being conducted in accordance with FAR 6.302 only one responsible source and no other vendor will satisfy agency requirements. To the best of our knowledge, Planmeca U.S.A. Inc and its SB Distributors are the only sources that provides the above indicated services/supplies. This notice is to request competitive quotes only from the SB Distributors. No solicitation document is available; however, any firm that believes it can meet these requirements may give written notification to the Contracting Officer within seven (7) calendar days from the date of publication of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Information can be sent to the Contracting Officer, VA Ambulatory Care Center, 420 N. James Road, Columbus, Ohio 43219-1834 or faxed to 614.388.7500 or emailed to percy.johnson2@va.gov. Responses received will be evaluated however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses, other than those of the SB Distributors are received, the VA Ambulatory Care Center Columbus will proceed with the sole source negotiation with the SB Distributor Vendor that offers the lowest priced technically acceptable (LPTA) Quote. DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-19-AP-3597 Contracting Activity: Department of Veterans Affairs, VISN/NCO 10, Chalmers P. Wylie VA Ambulatory Care Center, Columbus Ohio using transaction # 757-19-3-096-0236 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: ProMax 3D Radiographic Unit and Planmeca Romexis 3D software Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The Columbus VA Dental Service needs to replace our current aging Planmeca ProMax unit. Replacing the Planmeca ProMax with the Planmeca ProMax 3D will benefit us with more accurate images as well as allow us to develop 3D images to benefit our providers in diagnosis and treatment. The item has been determined to be in the same footprint and mounting of our current unit. Planmeca has shown to be compatible with our current radiographic software and our staff is familiar with its use. Description of market research conducted and results or statement why it was not conducted: Market Research was conducted by search of VIP, GSA, FPDS and the Internet. As mentioned, Planmeca U.S.A. Inc is the sole proprietor of this requirement. Planmeca U.S.A. Inc offers this item directly to the VA, and also offer the requested items via SB Distributors. This requirement will be purchased from their SB Distributor that offers the lowest price technically acceptable to the VA. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ 05/14/2019 Percy E. Johnson Date Contracting Officer NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25019Q0770/listing.html)
 
Record
SN05310716-F 20190516/190514230027 (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.