THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW 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.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339114 (size standard of 750 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources who can provide DENTAL IMPLANT KIT & DENTAL IMPLANT HANDPIECES that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System:
1. BRAND NAME: W&H INPLANTMED BASE UNIT SI-1015, LED
MFR: W&H MODEL NO.: US90000211
2. BRAND NAME: W&H SURGICAL STRAIGHT HANDPIECE S-11 (1:1)
MFR: W&H MODEL NO.: US30056000
3. BRAND NAME: BLT STARTER KIT WITH REGULAR CASSETTE MFR: STRAUMANN GROUP MODEL NO.: USKBLTREG (*** KIT INCLUDES THE FOLLOWING ITEMS BELOW):
Release aid N for NTP Model No: 026.2558
Release aid R/W for NTP Model No: 026.4558
Surgical Cassette without instruments Model No: 040.165
Torque control device for ratchet Model No: 046.049
Ratchet, L 84.0mm, stainless steel Model No: 046.119
SCS Screw Driver L 15MM - Extra short - Model No: 046.400
SCS Screw Driver - Model No: 046.401
SCS Driver Insert, extra short - Model No: 046.410
SCS Driver Insert, short - Model No: 046.411
Adapter for ratchet L 11MM - Extra Short - Model No: 046.460
Adapter for ratchet L 18MM Short - Model No: 046.461
Handpiece adapter L 19MM - Extra short - Model No: 046.470
Handpiece adapter L 26MM Short - Model No: 046.471
Alignment Pin, Ø2.2, L 27mm,Ti - Model No: 046.703
Depth Gauge w.dist.indic.,Ø2.2/Ø2.8, Ti - Model No: 046.704
Depth Gauge, Ø2.8, L 27mm, Ti - Model No: 046.705
Depth Gauge, Ø3.5, L 27mm, Ti - Model No: 046.706
Depth Gauge, Ø4.2, L27mm, Ti - Model No: 046.707
Equal to product Information:
Main Component: Handheld dental equipment made of high-quality stainless steel with special coating
Possible Capabilities: Designed for oral and maxillofacial surgery and implantology
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified in this RFI?
(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(6) If you intend to sub - contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub- contracted work and completion of job.
(7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, BPA, or a NASA SEWP contract? If so, please provide the contract number.
(8) If you are an FSS GSA/NAC/BPA or NASA SEWP contract holder or other federal contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(9) Are the items you are identifying/providing considered Commercial off the Shelf (COTS) items as defined in FAR Par 2.101 under commercial items
10) Please indicate whether your product conforms to the requirements of the Buy American Act?
11) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics.
(13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
14) Please provide your SAM.gov Unique Entity ID, DUNS number, and Cage Code number
Responses to this notice shall be submitted via email to Rochelle.Malveaux@va.gov. Telephone responses will not be accepted. Responses must be received no later than May 1st, 2023 by 12 noon PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.
Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.