Service Repair & Maintenance Bison Dental Vacuum Pumps and Pump Replacements
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: Jun 01, 2022 10:09 am PDT
- Original Response Date: Jun 03, 2022 12:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Jun 04, 2022
- 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: Honolulu , HI 96817USA
Description
Request for Information
RFI: N0025922R0001
SUBJECT: Bison Dental Vacuum Pumps System Service Maintenance Repair and Replacement at NMRTC Pearl Harbor Dental Clinic
THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal, a Request for Quotation, or an indication the Government will contract for the items contained in this announcement. This Request for Information (RFI) is a request for interested parties to describe their product, service maintenance repair, replacement, ASSE Certifications, technical capabilities, delivery as well as demonstrated tools and processes. All information received in response to this RFI marked Proprietary will be handled accordingly. Whatever information is provided in response to this RFI will be used to assess all aspects of this particular requirement including tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD.
DISCLAIMER
This RFI is issued solely for informational and planning purposes and is not to be construed as a solicitation or a commitment on the part of the Government to award a contract. The Government does not intend to award a contract on the basis of this RFI. The Government does not intent to pay for any information submitted as a result of this request, and will not reimburse any costs associated with the preparation of responses to this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI will not be returned and Respondents will not be notified of the result of the review.
BACKGROUND
Bison Dental Vacuum Pumps System provide one year of maintenance and necessary repairs to the 4-each dental vacuum pumps and associated-system. These pumps are used to extract bodily fluids, air and solids generated through dental procedures and collected as biohazardous material. Contractor will replace pumps with three Air Techniques turbine vane pumps with a minimum one year warranty on parts and labor. Contract must be possess the ASSE Certification. All work and procurement must be in accordance with the Performance Work Statement.
INTRODUCTION
The NMRTC Pearl Harbor Dental Clinic is tasked with conducting product market research and hereby issue this RFI to determine the existing market capability of businesses that are able to provide the requested service maintenance repair and replacement of equipment, Bison Dental Vacuum Pumps System, to be used by NMRTC Pearl Harbor Dental Clinic.
REQUIREMENTS
The Government requests that the contractor or contractors provide a capability statements meeting all government requirements stated in the Performance Work Statement.
NOTE: This RFI is only soliciting information on Bison Dental Vacuum Pumps System Service Maintenance Repair and Replacement at NMRTC Pearl Harbor Dental Clinic that are able to meet the above requirement government minimum requirements stated in the Performance Work Statement.
All questions regarding this RFI shall be submitted by email to the Contract Specialist at mildred.k.pollard-hueitt.civ@mail.mil.
HOW TO RESPOND
Firms that wish to respond to this RFI shall provide the following information:
1) A brief summary of the responder's product and its characteristics in relation to the Performance Work Statement requirements;
2) A statement indicating an interest and the capability to provide the requested service maintenance repair and replacement equipment in response to this RFI;
3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the guidelines in the performance work statement and statements stated in this RFI;
4) Company representative availability for product, question and answer session in relation to this RFI;
5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
DESCRIPTION OF INFORMATION REQUESTED
All vendors with qualifying products, service maintenance repair and replacement as stated in the Performance Work Statement are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities and how the product meets or exceeds each of the above requirements. Vendors with a General Services Administration (GSA) schedule should provide the contract number of that schedule and the expiration date as well as product North American Industry Classification System (NAICS) codes. All items should be clearly identified if they are scheduled items or open market items.
Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email.
Finally, please indicate if the Vendor is a small business under the subject NAICS.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
Contracting Office Address:
34800 Bob Wilson Drive
San Diego, CA 92134
United States
Primary Point of Contact:
Contract Specialist, Mimi Pollard-Hueitt
Mildred.k.pollard-hueitt.civ@mail.mil
Attachments/Links
Contact Information
Contracting Office Address
- MATERIAL MANAGEMT DEPT SUITE 8 BCA 34800 BOB WILSON DRIVE BLDG 1 G
- SAN DIEGO , CA 92134-5000
- USA
Primary Point of Contact
- Mildred Kalua Pollard-Hueitt
- mildred.k.pollard-hueitt.civ@mail.mil
- Phone Number 619-532-8104
Secondary Point of Contact
- ZHAO LI
- zhao.k.li.civ@mail.mil
History
- Jun 30, 2022 08:55 pm PDTCombined Synopsis/Solicitation (Original)
- Jun 04, 2022 08:55 pm PDTSources Sought (Original)