New Mexico Bids > Bid Detail

Two (2) Planmeca Promax 3D Plus Dental Imaging System - Santa Fe Indian HC

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159596783537915
Posted Date: Mar 7, 2024
Due Date: Mar 25, 2024
Source: https://sam.gov/opp/9f13f83a27...
Follow
Two (2) Planmeca Promax 3D Plus Dental Imaging System - Santa Fe Indian HC
Active
Contract Opportunity
Notice ID
75H70724Q00046
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
ALBUQUERQUE AREA INDIAN HEALTH SVC
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)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 07, 2024 01:54 pm MST
  • Original Date Offers Due: Mar 25, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339114 - Dental Equipment and Supplies Manufacturing
  • Place of Performance:
    Santa Fe , NM 87505
    USA
Description

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to request for quotes with no issuance of a written solicitation.



(ii) This Request for Quotation (RFQ) issued via solicitation number 75H7072400046.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2024-02.



(iv) Pursuant to the authority under the Buy Indian Act 25 U.S.C 47, this requirement is a Small Business Indian Firm set aside. If no Small Business Indian Firms are found, then with the same solicitation will consider Small Businesses (veteran owned, veteran-owned disable, woman owned, etc.) once the determination has been made regarding the Small Business Indian Firms set aside.



(v) The associated NAICS code is 339114 with small business standard of 750.



(vi) The purpose of this fixed price purchase is to procure the Two (2) Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging Systems equivalent to the following:



Two (2) Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging Systems with the following specifications:

 Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging System or equivalent, Model – Promax 3D Plus, Anode Voltage – 60-90 kV, Anode Current – 1-14 mA, Focal Spot - .5 mm, fixed anode, Image Detector – Flat Panel, Image Acquisition – single 200 degree rotation, Scan Time – 9 to 37 seconds, Typical Reconstruction Time – 2-25 seconds, Dimensions – 49.3”x50”x61.4” to 92.1”, Weight – 248 lbs., Planmeca CALM – algorithm allowing artefact removal caused by movement, Imaging Protocol – Planmeca Ultra Low Dose allows CBCT images with lower dose than panoramic images, Planmeca Romexis – software platform with 2D, 3D, CAD/CAM workflow, Warranty – 5 years.

 Power Line Conditioner – Hardwired power line conditions w/wall mount for Viso/3D/ProMax.

 License

 Remote Equipment/Technical Support



(vii) The contractor shall provide Two (2) Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging System to the Santa Fe Indian Health Center.



(viii) The Systems will be fully operational and shall meet the following specifications and features specified above.



Warranty: The Vendor shall provide a 5 year limited warranty for the equipment.



Shipping: The Vendor shall include all associated shipping costs and provide shipping date information to both the Contracting Officer’s Representative (COR) and Biomed listed. The equipment shall be shipped to the following location:

Santa Fe Indian Health Center



Attn: Dental Department/Clinic

1700 Cerrillos Road

Santa Fe, NM 87505



CONTRACTING OFFICER’S RESPRSENTATIVE (COR)/POINT OF CONTACT (POC): The Vendor shall verify all

equipment information and coordinate delivery with the COR as follows:

Travis Snyder, COR, (505) 946-9209

Bruce Alexander, Biomed, (505) 946-9369



Installation: Equipment installation of Planmeca Intra-Oral X-ray and Planmeca 3D ASE by the Vendor will be required under this purchase.



Training: Training is required for these equipment.



The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award.



(ix) The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. Submit quotes on company letterhead stationery, signed and dated, it shall include the following:



(1) The solicitation number;

(2) The time specified in the solicitation for receipt of offers;

(3) The name, address, and telephone number of the offeror;

(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;

(5) Terms of any express warranty;

(6) Price and any discount terms;

(7) "Remit to" address, if different than mailing address;

(8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-(b) for those representations and certifications that the offeror shall complete electronically);

(9) Acknowledgment of Solicitation Amendments;

(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and

(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



The provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), applies to this solicitation.

(a) 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, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications— Commercial Items (FEB 2024), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision.



(xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. The following addendum applies: Advance payments will not be issued by Finance unless stated herein. Upload complete invoice with all required documentation to: https://www.ipp.gov.

(xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders— Commercial Products and Commercial Services (FEB 2024), and the additional FAR clauses cited in the clauses are applicable to the acquisition.

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91).

(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).

(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C.

3805 note)).

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Jun 2020 (41 U.S.C. 4704 and 10 U.S.C. 2402).

(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)).

(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109- 282) (31 U.S.C. 6101 note).

(9) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).

(12) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).

(18) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644).

(20) 52.219-8, Utilization of Small Business Concerns (Feb 2023) (15 U.S.C. 637(d)(2) and (3)).

(23) 52.219-14, Limitations on Subcontracting (Oct 2022) (15 U.S.C. 637s).

(31) 52.222-3, Convict Labor (Jun 2003) (E.O.11755).

(33) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).

(34) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246).

(38) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).

(39) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).

(40) 52.222-54, Employment Eligibility Verification (May 2022) (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial products or commercial services as prescribed in FAR 22.1803.)

(48) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).

(52) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83).

(55) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(62) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

(66) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d) (13)).



(xiii) As determined by the contracting officer, the following additional contract requirement(s) as well as terms and conditions are necessary for this acquisition consistent with customary commercial practices.

a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if given in full text. Upon request, the Contracting Officer will make their full text available. The offeror stands cautioned that the listed provisions may include blocks, which requires completion by the offeror. Submit these sections with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, it is possible to access electronically at this address www.acquisition.gov the full text of a solicitation provision.

1) FAR 52.217-8, Option to Extend Services (Nov 1999)

b) The following HHSAR clauses are incorporated to this RFQ:

1) 352.211-3, Paperwork Reduction Act (DEC 2015)

2) 352.226-1, Indian Preference (DEC 2015)

3) 352.226-2, Indian Preference Program (DEC 2015)

4) 352.227-70, Publications and Publicity (DEC 2015)

5) 352.232-71, Electronic Submission of Payment Requests (Feb 2022)



(a) Definitions. As used in this clause—

Payment request means a bill, voucher, invoice, or request for contract financing payment with associatedsupporting documentation. The payment request must comply with the requirements identified in FAR32.905(b), “Content of Invoices” and the applicable Payment clause included in this

contract.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests

electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system.

Information regarding IPP, including IPP Customer Support contact information, is available at

www.ipp.gov or any successor site.

(c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer

authorizes alternate procedures in writing in accordance with HHS procedures.

(d)If alternate payment procedures are authorized, the Contractor shall include a copy of the ContractingOfficer's written authorization with each payment request.



(xiv) Quotes are due by 12:00 pm MDT on 03/25/2024, e-mail the quotes to patricia.trujillo@ihs.gov. Acquisition questions are due on 03/20/2024, 12:00 pm MDT. Offer must confirm the receipt of the quotes by IHS.



(xv)Technical questions contact is Travis Snyder, travis.snyder@ihs.gov, or Bruce Alexander, bruce.alexander@ihs.gov, Contact for any acquisition questions or the solicitation is Patricia Trujillo, patricia.trujillo@ihs.gov.




Attachments/Links
Contact Information
Contracting Office Address
  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 07, 2024 01:54 pm MSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >