Skip to main content

An official website of the United States government

You have 2 new alerts

6520--SOURCES SOUGHT DENTAL LASER FOR THE MILWAUKEE VAMC LOCATED IN MILWAUKEE, WI 53295. BRAND NAME OR EQUAL

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: Sources Sought (Original)
  • Original Published Date: Jul 07, 2023 07:50 am CDT
  • Original Response Date: Jul 17, 2023 11:59 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    MILWAUKEE, WI 53295 ,

Description

Page 2 of 3 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide Dental Laser for the Milwaukee VAMC. General Requirements: Brand Name or Equal: PerioLaser Salient Characteristics: Dental laser should utilize advanced laser technology for precise and efficient dental procedures. System should incorporate digital technology to enhance control accuracy and ease of use during treatments. Laser should include a variable pulsed Nd:YAG (Neodymium-doped yttrium aluminum garnet) dental laser systems. Dental laser must feature a minimum 7 different pulse durations, allowing for versatile treatment options and customizations based on specific dental procedures. The laser should include both long pulse width as well as short pulse width to support various treatments. System must feature an intuitive user interface with a user-friendly control touchscreen display. Display must be able to rotate 360 degrees for optimal viewing. i. Must have a continuous display of total energy being delivered in order to maintain tolerance. System must be capable of featuring a procedure-controlled menu where clinicians are able to create pre-set parameters for a minimum of 20 procedures. Laser must use conventional AC power outlets. Vendor shall provide comprehensive associate training Vendor shall also provide minimum 5-year extended warranty and service agreement. Vendor shall provide installation and handling of equipment. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. SAM Unique ID number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Specialist, Matthew Hohl, at Matthew.Hohl@va.gov no later than 11:59 PM (Central Standard Time), July 17th, 2023. 36C25223Q0788 Dental Laser shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 339114, Surgical and Medical Instrument Manufacturing, is applicable to this acquisition; the size standard is 750 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.

Contact Information

Contracting Office Address

  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 17, 2023 10:55 pm CDTSources Sought (Original)