Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 12 of 12
*= Required Field
Combined Synopsis/Solicitation Notice
Page 1 of 12
Request for Quote (RFQ) #: 36C25924Q0775
Dental equipment and supplies brand name or equal
SDVOSB Set Aside
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation.
** The deadline for all questions is 12:00 PM MDT, September 3rd, 2024
All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation.
*** Quotes are to be provided to barron.long@va.gov no later than 12:00 PM MDT, September 6th, 2024.
Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award.
This is a Request for Quote (RFQ) and the solicitation number is 36C25924Q0775. The government anticipates awarding a firm-fixed price contract resulting from this solicitation.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 effective May 22, 2024.
The North American Industrial Classification System (NAICS) code for this procurement is 339114 with a small business size standard of 800 Employees. This solicitation is a 100% set-aside for service-disabled veteran-owned small businesses.
List of Line Items;
Line Item
Description
QTY
Unit
Unit Price
Total Price
0001
1891536
SOOTHEGUARD,WITH,COLLAR,ADULT,NAVY Brand Name or Equal
8
EA
$
$
0002
1341752
APRON,HANGER,X-RAY Brand Name or Equal
8
EA
0003
1354135
SPATULA,ALGINATE Brand Name or Equal
16
EA
0004
1230410
GUN,EXTRUDER,KERR,FOR,50MM,CARTRIDGES Brand Name or Equal
16
EA
0005
9001265
BOWL,MIXING,FLEXIBOLE,PLASTIC,CAPACITY Brand Name or Equal
14
EA
0006
2220701
DISPENSER,INTEGRITY Brand Name or Equal
8
EA
0007
6132812
Torch Alcohol Hanau Brand Name or Equal
5
EA
0008
5143683
Hand held Torch Brand Name or Equal
5
EA
0009
365-1066
Knife Brand Name or Equal
10
EA
0010
3654667
Vibrator #200 Brand Name or Equal
1
EA
0011
3654813
Vacuum Former Sta-Vac Brand Name or Equal
1
EA
0012
3657976
Mt, wet Extra-HD, 10 in Brand Name or Equal
1
EA
0013
3650603
x40, Electic HP Brand Name or Equal
1
EA
0014
6122539
Lathe, 16B Red wing Brand Name or Equal
1
EA
0015
1023498
Dust, collector Brand Name or Equal
1
EA
0016
9240548
Quantrex, 140, Ultrasonic, with timer & heat Brand Name or Equal
1
EA
0017
9248655
Basket, Mesh Brand Name or Equal
1
EA
0018
5575470
vacuum, mixer w Black, 115v, VPM2 Brand Name or Equal
1
EA
0019
1670251
Jet, Plus, Cavitron, Brand Name or Equal
2
EA
0020
8090831
Shade, Guid, Vita Classical Brand Name or Equal
20
EA
0021
7776120
Metal Crown SZ BC-64 Brand Name or Equal
1
EA
0022
7770318
Metal Crown SZ MC-64 Brand Name or Equal
1
EA
0023
7775129
Perm, SET Bicuspid, Untek Crowns Brand Name or Equal
1
EA
0024
7773267
Molar Unitek, crown Brand Name or Equal
1
EA
0025
2229101
Form Crown, dispenser Brand Name or Equal
2
EA
0026
7777177
Crown, ION Polycarbonate Brand Name or Equal
1
EA
0027
2726937
Radio surge Brand Name or Equal
1
EA
0028
3339982
Plaster, Triplex Brand Name or Equal
1
EA
0029
1008531
Magnabar 18in Brand Name or Equal
1
EA
0030
1137562
Brush-N-floss, XL toothbrush Brand Name or Equal
1
EA
0031
1890489
Hlder snap-a-ray Brand Name or Equal
10
EA
0032
1890490
Holder snap-a-ray, DS Endo Brand Name or Equal
10
EA
0033
5702251
Mixer, Capsule Brand Name or Equal
8
EA
0034
9926730
Handle red Bard Parker Brand Name or Equal
50
EA
0035
1125550
Retainer, Tofflemire, matrix Brand Name or Equal
68
EA
0036
1047691
Blue dolphin Rim former Brand Name or Equal
10
EA
0037
1072683
Tooth slooth Fractured, detector Brand Name or Equal
4
EA
0038
7772596
Disc, dental, abrasive disc POP Brand Name or Equal
8
EA
0039
2280231
Aluminum, black, 22H Brand Name or Equal
10
EA
0040
2287304
Aluminum blue, 22HP Brand Name or Equal
10
EA
0041
1010055
Mirror, plexiglass 5in glass Brand Name or Equal
16
EA
0042
1006700
Crown, remover, morrell Brand Name or Equal
3
EA
0043
7219523
Prode, cord, Root ZX Brand Name or Equal
10
EA
0044
7212599
clip, lip, Root ZX, contrary electrod Brand Name or Equal
10
EA
0045
7210056
locator, APEX, Root ZX II Brand Name or Equal
1
EA
0046
2287060
Bur Block Dental lab Brand Name or Equal
14
EA
Grand Total
Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at
Department of Veteran Affairs
Oklahoma City VA Medical Center
921 NE 13th Street
Oklahoma City, Oklahoma 73104
52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must
Meet the salient physical, functional, or performance characteristic specified in this solicitation;
Clearly identify the item by-
Brand name, if any and
Make or model number,
Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation
Any award made as a result of this solicitation will be made on an All or Nothing Basis.
State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract.
If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award.
Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products ; (III) Completion of FAR Provision 52.225-2 Buy American Certificate and (IV) Price
Volume I - Technical capability or quality of the item offered to meet the Government requirement
The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number.
Volume II - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products
The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote.
Volume III Completion of Attachment FAR Provision 52.225-2 Buy American Certificate
The offeror shall complete the Attachment - FAR 52.225-2 Buy American Certificate and submit as part of the quote.
Volume IV Price
Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule.
(End of Addendum to 52.212-1)
52.212-2, Evaluation--Commercial Items applies to this acquisition
ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors.
The following factors shall be used to evaluate quotations:
Factor 1. Technical capability or quality of the item offered to meet the Government requirement
Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations o
Subcontracting- Certificate of Compliance for Supplies and Products
Factor 3. Completion of Attachment FAR Provision 52.225-2 Buy American Certificate
Factor 4. Price
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:
Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.
Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products their quote will be determined ineligible for award.
Factor 3. Completion of Attachment - FAR Provision 52.225-2 Buy American Certificate : The Government will evaluate the responses an offeror makes to Attachment - FAR Provision 52.225-2 Buy American Certificate for completeness. If an offeror fails to complete Attachment - FAR Provision 52.225-2 Buy American Certificate their quote will be determined ineligible for award.
Factor 4. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price.
(End of Addendum to 52.212-2)
52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission.
52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition
Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(s). By submitting a quote the offeror understands that quotes will not be referenced in 1449. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW FAR 52.212-4(q). The Government reserves the right to deny requests for clause changes should the request be inconsistent with the FAR or VAAR.
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
FAR 52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.204-24
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020)
FAR 52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020)
FAR 52.219-28
Post Award Small Business Program Representation (NOV 2020)
FAR 52.219-33
Nonmanufacturer Rule (MAR 2020)
FAR 52.222-3
Convict Labor (JUN 2003)
FAR 52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
FAR 52.222-21
Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26
Equal Opportunity (SEP 2016)
FAR 52.222-35
Equal Opportunity for Veterans (JUN 2020)
FAR 52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-37
Employment Reports on Veterans (JUN 2020)
FAR 52.222-40
Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50
Combating Trafficking in Persons (OCT 2020)
FAR 52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1
Buy American Supplies (JAN 2021)
FAR 52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.229-12
Tax on Certain Foreign Procurements (JUN 2020)
FAR 52.232-33
Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
Additional contract requirements or terms and conditions:
Complete FAR 52.225-2 Buy American Certificate (OCT 2022) if required. See attached
852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020)
VAAR 852.203-70
Commercial Advertising (MAY 2018)
VAAR 852.219-10
VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009)
VAAR 852.232-72
Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.233-70
Protest Content/Alternative Dispute Resolution (SEP 2018)
VAAR 852.233-71
Alternate Protest Procedure (SEP 2018)
VAAR 852.246-71
Rejected Goods (OCT 2018)
852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008)
The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer.
http://www.acquisition.gov/far/index.html
https://www.acquisition.gov/vaar
The following FAR provisions are to be incorporated by reference:
FAR 52.204-7
System for Award Management (OCT 2018)
FAR 52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
FAR 52.211-6
Brand Name or Equal (AUG 1999)
FAR 52.229-11
Tax on Certain Foreign Procurements Notice and Representation (JUN 2020)
The following VAAR provisions are to be incorporated by reference:
None
The following FAR clauses are incorporated by reference:
FAR 52.203-17
Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020)
FAR 52.204-13
System for Award Management Maintenance (OCT 2018)
FAR 52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.232-40
Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)
The following VAAR clauses are to be incorporated by reference:
VAAR 852.212-71
Gray Market Items (APR 2020)
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due to barron.long@va.gov by 12:00 PM MDT, September 6th, 2024.
Name and email of the individual to contact for information regarding the solicitation:
Barron Long
Barron.long@va.gov