Two (2) Planmeca Promax 3D Plus Dental Imaging System - Santa Fe Indian Health Center
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159950744123758 |
Posted Date: | Jan 31, 2024 |
Due Date: | Feb 14, 2024 |
Source: | https://sam.gov/opp/60e63573c8... |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Jan 31, 2024 08:04 am MST
- Original Response Date: Feb 14, 2024 12:00 pm MST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 29, 2024
-
Initiative:
- None
- 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 87505USA
SOURCES SOUGHT
BACKGROUND:
The Albuquerque Area Indian Health Service (AAIHS), Santa Fe Indian Health Center and Santa Clara Health Center is in need of a Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging Systems at each site.
PURPOSE/STATEMENT OF WORK:
The contractor shall provide a Two (2) Planmeca Promax 3D Plus CBCT Panoramic Dental Imaging Systems at each site 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 DICOM Full License – software platform with 2D, 3D, CAD/CAM workflow.
- Power Line Conditioner w/ Wall Mount.
- Technical Support/Remote Professional Services for DICOM and Archival.
- Technician Installation/Assembly at sites.
- Imaging Training at sites.
- Warranty – 5 years.
Shipping: The Vendor shall include all associated shipping costs and provide shipping date information to the Contracting Officer’s Representative (COR) or 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
Santa Clara Indian Health Center
Attn: Dental Department/Clinic
400 State Road 30
Espanola, NM 87532
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
STATEMENT OF OBJECTIVES:
- Locate eligible and qualified Small Business Indian Firms to support IHS procurement needs under NAICS code: 339114 – Dental Equipment and Supplies Manufacturing.
- Utilize the information received with future acquisition planning efforts and potential Buy Indian set aside.
HOW TO RESPOND:
This is a sources sought notice under the authority of the Buy Indian Act. The Indian Health Service (IHS) is attempting to locate qualified and eligible Small Business Indian Firms, “Native American Indian Owned and Operated businesses,” that can provide services/supplies to the Indian Health Service. This is a request for information only, this is not a solicitation. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this notice is strictly voluntary with no obligation or incurred cost by the government.
Provide with response –
- E-mail response. Shall be in a printer friendly format, Word or PDF, 8x11 page size, 5-page limit.
- Certification as a Small Business Indian Firm. The government is ONLY interested in Small Business Indian Firms. (See attached Representative Form).
- The government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.
- Prospective vendors shall be properly registered in SAM.gov; this includes proper registration as a Small Business Indian Firm and if eligible, registered as applicable small business certifications (e.g. Hubzone, 8(a), Service Disabled Veteran Owned, Veteran Owned, Women-Owned, Small Disadvantaged), in order for IHS to issue an award and claim procurement actions with eligible Small Business Indian Firms.
- Provide detailed capabilities statement, website, and e-catalog as it pertains to 339114 – Dental Equipment and Supplies Manufacturing.
- Provide Unique Entity Identifier (UEI) created in SAM.gov registration.
- Identify Business Size: Small Business Indian Firm, Small Businesses or a Large Indian-Owned Firm.
- GSA/FSS contract holders – provide GSA/FSS/VA or other GWAC contract number, only if applicable.
- 4101 Indian School Rd NE Ste 225
- ALBUQUERQUE , NM 87110
- USA
- Patricia P Trujillo
- patricia.trujillo@ihs.gov
- Phone Number 5052566754
- Fax Number 5052564868
- Judith Mariano
- judith.mariano@ihs.gov
- Phone Number 5052566753
- Fax Number 5052566848
- Jan 31, 2024 08:04 am MSTSources Sought (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.