65--NAVSUP FLC SAN DIEGO- DENTAL ITEMS
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jul 18, 2022 03:19 pm EDT
- Original Date Offers Due: Jul 21, 2022 04:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Jan 17, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code:
- NAICS Code:
- 339114 - Dental Equipment and Supplies Manufacturing
- Place of Performance: 3581 CUMMINGS ROAD SAN DIEGO , CA 92136-3581USA
Description
The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:
2022-07-21 16:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.
FOB Destination shall be SAN DIEGO, CA 92136
The FLC - San Diego requires the following items, Meet or Exceed, to the following:
LI 001: ITEM # 6667211/ CEREC Prime scan AC TP with Steel Sleeve, 1, EA;
LI 002: ITEM # 6726561/ CEREC Prime mill US, 1, EA;
LI 003: ITEM # 6482850/ SpeedFire Oven, 1, EA;
LI 004: ITEM # 100006252/ Suction Unit (Dry Milling) 120VAC, 1, EA;
LI 005: ITEM # 6092394/ CEREC Sustainment agreement (years 1-3), 1, EA;
LI 006: ITEM # 6286095/ CEREC Sustainment Extension year 4, 1, EA;
LI 007: ITEM # 6286095/ CEREC Sustainment Extension year 5, 1, EA;
LI 008: ITEM # 6686880/ Disposable Sleeve Prime scan (50 per box), 1, EA;
LI 009: ITEM # 6223692/ LAN Switch, 1, EA;
LI 010: ITEM # 6714088/ Diamond 1.4 CS, 6-pack, 2, EA;
LI 011: ITEM # 6714070/ Diamond 1.2 CS, 6-pack, 2, EA;
LI 012: ITEM # 6714054/ Diamond 0.6 CS, 6-pack, 2, EA;
LI 013: ITEM # 6713940/ Carbide Bur 2.5 ZrO2 CS, 3‐pack (Standard), 2, EA;
LI 014: ITEM # 6713932/ Carbide Bur 1.0 CS, 3‐pack (Standard), 1, EA;
LI 015: ITEM # 6713924/ Carbide Bur 0.5 CS, 3‐pack, 1, EA;
LI 016: ITEM # 6589795/ Hose with Pointed Tip, 1, EA;
LI 017: ITEM # 6721307/ Y connector with Brush Tip, 1, EA;
LI 018: ITEM # 6387067/ Top Load Water Filter (1/pk), 1, EA;
LI 019: ITEM # 6578095/ Filter bag for Mill, 2‐pack, 2, EA;
LI 020: ITEM # 6385277/ HEPA filter (suction unit / mills), 1, EA;
LI 021: ITEM # 5365450022/ CEREC MTL Zirconia medi A2 (2 PC), 2, EA;
LI 022: ITEM # 5365450023/ CEREC MTL Zirconia medi A3 (2 PC), 2, EA;
LI 023: ITEM # 6580067/ CEREC Speed Paste (For CEREC Zirconia+), 1, EA;
LI 024: ITEM # 5368273100/ DS Universal Spray Glaze w/Fluo, 1, EA;
LI 025: ITEM # 6581768/ Top Insulation (38mm) (Cake Top), 1, EA;
LI 026: ITEM # 6581750/ Lower Door Insulation (Cake Bottom), 1, EA;
LI 027: ITEM # 6582881/ Locking Pin (Cake Pin), 1, EA;
Solicitation and Buy Attachments
***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com. Offerers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
The NAICS code is _339114_____ and the Small Business Standard is ___.
FAR 52.247-34, F.o.b. Destination applies
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
Bid MUST be good for 30 calendar days after close of Buy.
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.204-10 Reporting Subcontract Awards.
Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
52.212-2 Evaluation - Commercial Items.
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-3 Convict Labor
52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 Availability of Funds
252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
Fleet Fast Pay
Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation)
Control of Government Personnel Work Product (April 1992)
Safeguarding of Unclassified Controlled Technical Information
Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
Buy American Act & Balance of Payments (Oct 2011)
Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 3985 CUMMINGS ROAD BLDG 116
- SAN DIEGO , CA 92136
- USA
Primary Point of Contact
- Name: Marketplace Support
- MarketplaceSupport@unisonglobal.com
- Phone Number Phone: 1.877.933.3243
Secondary Point of Contact
History
- Aug 11, 2022 01:05 pm EDTCombined Synopsis/Solicitation (Updated)
- Jul 18, 2022 03:19 pm EDTCombined Synopsis/Solicitation (Original)