DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This RFI is for Dental Lab Equipment specified for the VA Greater Los Angeles Healthcare System, Lancaster, CA. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. This Sources Sought is to facilitate the Contracting Officer a review of the market base, for acquisition planning, size determination, and procurement strategy.
The requirement NAICS 339114, Dental Equipment and Supplies Manufacturing, PSC 6520 Dental Instruments, Equipment, and Supplies.
Please subject Title the email as follows: Sources Sought 36C24W26Q0053 Dental Lab Workstation
General Requirements: Brand name or equal commercial supplies of the Dental Lab Equipment in accordance with the following requirements stated in the Statement of Work (SOW):
STATEMENT OF WORK
INTRODUCTION: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor in supplying dental lab workstation/casework for the Bakersfield VA Clinic within VISN22 under VA Greater Los Angeles Healthcare System.
BACKGROUND: The Bakersfield VA Clinic is part of VA Greater Los Angeles Healthcare System. offers primary care, dental, women’s health, physical therapy, mental health, telehealth, and other specialty services. This clinic has a requirement for dental lab workstation.
PURPOSE: The dental lab workstation provides the ability to make molds of patient’s teeth and to make crowns, bridges, etc. to correct dental deficiencies. This workstation helps in improving patient care within Bakersfield VA Clinic
SCOPE: VA GLA – Bakersfield VA Clinic is requesting contractors provide brand name or equal that meet or exceed the physical, functional and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the needs of the government.
PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities:
D0904 - Workstation, Dental Lab – Dental EZ Custom
- Workstation Requirements:
- Must have integrated gas, air and electrical lines for connection to building supply lines from a single utility panel
- Finishes: Sanded gray (solid surface finishes), and gray for part# 475FINCOR, Staron ½” sanded.
- Workstation will include:
- Deck Mtd 8in Ctr Faucet (Qty:1)
- 1in x~~34in filler strip (Qty:2)
- Retractable Air Gun System (Qty:1)
- Handheld Eye Wash w/Thermostatic Mixing Valve (Qty: 1)
- Upgraded Cold Water Stop Valve (Qty: 1)
- Olson Laboratories 3.5-gal kit (Qty: 1)
- Single Wire 46" Rack w / Wall Bracket Assy (Qty: 3)
- Olson Lab- 3.5-gal refill (Qty: 1)
- 24"W x 24"D x 35 5/8"H 3 Drawer Cabinet, No Top (Qty: 1)
- Corner Filler w/Toe Base (Specify Size) (Qty: 1)
- 36"x18"Ht Hinged Door 18 GA. Wall Cabinet (Qty: 1)
- 42"W x 24"D x 35 5/8"H Sink Panel Cabinet w/2 Lwr Drs, Air Right, No Top (Qty: 1)
- 24" x 24" x 6 1/8" Frame, No Top (Qty: 1)
- 30" x 24" x 6 1/8" Frame, No Top (Qty: 1)
- 36in Tubular Leg (Qty: 1)
- SS Top up to 30" Deep w/ Std Splash (Qty: 9)
- (WIP) 14" x 32" Sloped Bottom Sink w/Model Trimmer Tray (Qty: 1)
- Beehive Insrt for 520 Strainer (Qty: 1)
- Flat Sink Strainer w/ 6" Tail Piece (Qty: 1)
- 24in x 30in Ht. Wall Cab.w/Plain Stl.Drs (Qty: 1)
- 30"W x 24"D x 35 5/8"H 2 Dwr, 2 Door Cabinet, No Top (Qty: 2)
- 30in H.Wall Cab.w/Plain Stl Drs (Qty: 2)
- Staron 1/2" Sanded (Gray) Finished sq ft (Qty: 21)
- 48" LH Corner Filler Cabinet (Qty: 1)
- Angle gusset supports (Qty: 2)
- Staron 1/2" Sanded (Gray) Finished sq ft (Qty: 29)
- CPU Holder Fixed Mount (Qty: 1)
- Scrap tray assembly for (Qty: 1)
- Ergotech Workstation Catalog Features (Qty: 1)
- 1in x~~34in filler strip (Qty: 4)
- 2 1/2" Hole in Shelf Cap (Qty: 1)
- 24" Steel Panel Leg (Qty: 6)
- 6in End Panel (Qty: 2)
- 48" x 24" x 3" Frame, No Top (Qty: 1)
- Under Frame Support (Qty: 2)
- 36in side single drawer table (Qty: 1)
- 36"x18"Ht Hinged Door 18 GA. Wall Cabinet (Qty: 1)
- Dimension approx.: 120”D x 120”W x 78”H
- Quantity: 1
FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above.
TRAINING: Contractor is to provide a one-time training at installation of equipment. Government will not require additional training.
WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment.
PERFORMANCE:
- All items to be delivered and installed after receipt of purchase order by 8/1/2026.
- Hours: Normal duty hours are 8:00 a.m. through 3:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR, POC or designee.
- In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as “Legal Federal official holidays”
- Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer.
- Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address.
- Waste Removal: The contractor is responsible for removing and properly disposing of all waste related to the services provided on-site at all VA facilities.
- Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform.
- All shipping for parts will be included in the cost of the contract.
PLACE OF DELIVERY: Bakersfield VA Clinic. 900 Old River Rd. Bakersfield, CA 93311
SECURITY
Information Security
- The vendor shall ensure adequate LAN/Internet, data, information, and system security in accordance with VA standard operating procedures and standard contract language, conditions laws, and regulations. The vendor’s firewall and web server shall meet or exceed the government minimum requirements for security. All government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the VA Project Manager and the VBA Headquarters Information Security Officer as soon as possible. The vendor shall follow all applicable VA policies and procedures governing information security, especially those that pertain to certification accreditation.
- The contractor shall follow The Veterans Affair Acquisition Regulation (VAAR) security clause VAAR- 852.273-75 “SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES” sited in section C. Contract Clauses
(a) The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce's National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov
(b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov
Contract Personnel Security
All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident.