New Jersey Bids > Bid Detail

6520--Brand Name or Equal DentalEZ / Nevins Lab Workstations with Suction and Electric Handpieces

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159146323459996
Posted Date: Jan 17, 2024
Due Date: Jan 22, 2024
Source: https://sam.gov/opp/d4b070597b...
Follow
6520--Brand Name or Equal DentalEZ / Nevins Lab Workstations with Suction and Electric Handpieces
Active
Contract Opportunity
Notice ID
36C24224Q0254
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 16, 2024 11:24 am EST
  • Original Date Offers Due: Jan 22, 2024 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA New Jersey Healthcare System Toms River , 08753-8322
Description

The Department of Veterans Affairs on behalf of the VA New Jersey Healthcare System in Toms River NJ, has a BRAND NAME OR EQUAL requirement for Surgical Dental Drill Systems as defined below.
This requirement is set aside for small businesses (SB).
All small business (SB) vendors meeting the standard of an acceptable source under the terms of either a manufacturer or authorized distributor are encouraged to provide a bid.
All vendors are required to be registered with the System for Award Management (sam.gov) and deemed in good standing and available for award. All bids shall include the vendors unique entity identifier number provided by sam.gov.
All vendors claiming authorized distributor status must provide a letter from the manufacturer.
Quotes shall be Firm Fixed Price (FFP); evaluations will be based on Best Value Criteria, in accordance with FAR 52.212-2, and utilizing the evaluation factors of price, technical compliance and delivery / installation schedule (see clauses below).
Items listed in this requirement;
CLIN
Sub Line
Item Description
Basis of Design for BRAND NAME OR EQUAL
Part # (Basis of Design ONLY)
Quantity
1

Dental EZ / Nevin Labs Pedestal Workstation

Two Person, Face to Face Pedestal Workstation with dust collector and 2 electric handpieces.
See Sub Lines.
1

1-1
3 Way 20 Amp 277V Whist Switch
10120SWW
2

1-2
Double Duplex 20Amp Receipt
10220
2

1-3
20A DUP Dbl Duplex + 2 USB, Box, Chrome Cover
10220DUPWUSB
2

1-4
Retractable Air Gun System
2001AG
2

1-5
206gas Valve with 212 Flange
206G212
2

1-6
Bracket for Air Gun (nozzle)
209B
2

1-7
Blast Gate w/3-1/2 in Duct
322
2

1-8
Moulded Plastic Grinding Hood
325
2

1-9
42 X 24 X 3 Frame, No Top
33042NT
3

1-10
Under Frame Support
333
2

1-11
3-1/2in dia. Flex Hose {by foot}
351FH
6

1-12
3-1/2in Hose Clamps
351HC
4

1-13
Dust Collector for use W/3-1/2
444R
1

1-14
Staron ½ Sanded (Vermillion or Gray) Finished sqft
475FINCOR
26

1-15
30 5/8 Ht X 60 DP Panel Leg
60SPL
2

1-16
35 Watt LED Light with 40 Shelves, 14.25 Support Tubes
800110-LED
2

1-17
4 Drawer Cab. For Power Frames
9200CAB
2

1-18
Mount Panel for Knee Control
DC91110
2

1-19
6 X 8 Filler Panel
DF4168
2

1-20
1 ½ Dia Hole w/ Snap Ring
HOLE1.5
2

1-21
VARIOstar K50 Knee Control Unit 120V
K50
2

1-22
Double Side, Metal Backshelf
MBS2
4

Description: Brand name or equal modular technician's workstation for the dental laboratory. The unit contains an overhead task lighting array. The workstation also includes a dust extraction system with filtration, knee activated electric handpieces, a minimum of 4 drawers for storage, per side, and electrical outlets for accessory equipment. The workstation generally has slanted overhead case pan shelves for storing equipment trays. The desktop is made from a fiber/cement mixture or similar material to resist heat, abrasion, and chemical attack. The workstation shall have the following Salient Characteristics:
Shall be two-sided, face to face, pedestal design
Shall be between 44 to 48 in length
Shall be between 55 to 60 deep (entire face to face pedestal workstation)
Shall have a work surface depth of 20 to 24
Shall have an ADA seating opening of approximately 32 high
Shall have at least four drawers, per user
Shall have at least a 35-watt task side, and two slanted overhead case pan shelves per user
Task light and shelves shall be at least 40 in length and not extend past the outer dimension of the workstation
Shall have at least two sets of double duplex outlets per user
Shall have an integrated dust collector
capable of collecting 0.5 microns
capable of at least 750 CFM
blast gates will be approximately 3.5 in diameter and mounted to the rear of the work surface, one per user
Workstation shall be in Postal Blue color or similar
Shall have a solid surface countertop in Sanded Grey color or similar
Shall be 120VAC, 60Hz, 20Amp with hospital grade plug
Shall have a brushless handpiece with knee control, one per user
capable of being operated with left or right hand rotation
up to 50,000 rpm
capable of sending start-up signal to dust collector
Shall be 115VAC, 60Hz, with hospital grade plug

This procurement is limited to new equipment only. Used, gray, refurbished or aftermarket equipment will not be considered for this requirement. The Veterans Health Administration prohibits the use of gray/ aftermarket items in their Medical Centers. Gray/ aftermarket items are considered to be items outside of the original equipment manufacturer's intended distribution channels. Quotes for other than new, will be deemed non-compliant and will be removed from the competitive range without discussion.
Delivery shall be quoted Free on Board (FOB) to the Department of Veterans Affairs, VA New Jersey Healthcare System, Toms River VA Outpatient Clinic, 1055 Hooper Avenue Toms River, NJ 08753.

CLAUSES
ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate quotations:
Price
Technical Compliance with the SOW.
Delivery and Installation Schedule
Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following:
Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum.
Technical Compliance: The proposed units compliance with the salient characteristics and the SOW.
Delivery and installation schedule: The Government will evaluate the schedule by total days proposed for completed installed job.
(End of Provision)
CLAUSES INCORPORATED BY REFERENCE:
FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services.
FAR 52.212-3 Offeror Representations and Certifications Comm Products and Comm Services.
FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services.
Responses to this notice must be submitted in writing via email to lindsay.goldsmith@va.gov and must be received not later than Monday, January 22, 2024, at 12:00 PM. No telephone inquiries will be accepted. Late submissions shall be treated in accordance with the solicitation provision FAR 52.212-1(f).
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 16, 2024 11:24 am ESTCombined 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 >