This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0170. Submit only written quotes for this RFQ. This solicitation is a 100% BUY INDIAN SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 339114.
This RFQ contains ONE (1) Line Items:
CLIN DESCRIPTION Quanity Unit Price COST
01 New Planmeca Emerald S intraoral Scanners
part# PM-EMERALDS or equal 2
PERIOD OF PERFORMANCE: 30 DAYS AFTER RECEIPT OF AWARD
The estimated value of the Purchase Order is $27,450.00
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 07/23/2024 02:00p.m. CDT to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: Ronay.Burns@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, with technical requirements being more important than pricing. The following factors shall be used to evaluate offers:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated on the total cost.
Technical Requirements
- Compatable with the existing E4D Crown machine
- Compatable with existing Planmeca software (Romexis)
- Delivery of new Intraoral scanner (2).
- Anti-Fogging Technology
- Projected pattern Triangulation Scanning technology
- Autoclavable Scanning tips
- USB 3.0 connection
- Light source: Red, green and blue lasers
- Lifetime user license
- Full arch scanning, 2D snapshot, Cariology, Prosthodontics, Implantology, Orthodontics, Dental Sleep medicine, Maxilofacial surgery scanning capability
- Standard tip, Slimline tip, and curiosity tip with memory chip
Past History Performance
- Vendor shall submit 3 past history performance references
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICING
TECHNICAL SPECIFICATIONS
PAST HISTORY PERFORMANCE REFERENCES
WARRANTY INFORMATION
INDIAN ECONOMIC ENTERPRISE REPRESENTATION FORM
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED
This solicitation will result in a firm fixed price Purchase Order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition (Dec 2023); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024); FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-20, Aerosols (May 2024); FAR 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023); FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contract for Certain Services-Requirements (May 2014); FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside; HHSAR 352.226-5, Notice of Indian Economic Enterprise set-aside; HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations; HHSAR 352.226-7, Indian Economic Enterprise Representation; HHSAR 352.232-71, Electronic Submission of Payment Requests; HSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024); The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@ihs.gov)
All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quot