6670--PAR Excellence - 548-22-3-440-0407 (VA-22-00073851)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24822Q1401

Basic Details

started - 21 Jul, 2022 (21 months ago)

Start Date

21 Jul, 2022 (21 months ago)
due - 01 Aug, 2022 (21 months ago)

Due Date

01 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
36C24822Q1401

Identifier

36C24822Q1401
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103374)VETERANS AFFAIRS, DEPARTMENT OF (103374)248-NETWORK CONTRACT OFFICE 8 (36C248) (4781)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. The solicitation number 36C24822Q1086 is issued as a Request for Quotation (RFQ) in conjunction with Far Part 8 and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2022-05, March 7, 2022. The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) following - cascade procedures. The NAICS is 339112 Surgical and Medical Instrument Manufacturing. Business size standard is 1,000 Employees. Note, interested Service Disabled/Veteran Owned Small Business [SDVOSB/VOSB]
Offerors must be listed and registered in Vetbiz.gov to be considered for award. The Miami VA Medical Center has a requirement for high quality Dental Surgical Robots, Brand Name or Equal to those that are manufactured by NEOCIS Precision Healthcare Robotics. Below are the salient characteristics, (Attachment A includes the list of items). Required salient characteristics/standards are contained in the attached and listed below. Comparative evaluations will be performed after all quotes have been received. Name Brand or Equal to products are to be are to be provided in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Responses shall be on an all or none bases, no partial submission. The Government reserves the right to make no award at all. SALIENT CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: The government has a requirement for an ophthalmic diagnostic imaging and angiography platform to examine the structures of the retina, macula, and optic nerve. The equipment shall have the following features and characteristics Brand Name or Equal to those that are manufactured by NEOCIS Precision Healthcare Robotics Yomi Product Line: SCOPE . To guide the dentist s hand throughout the Dental Surgical Implant Procedure. AND MINIMUM TECHNICAL REQUIREMENTS. The Robotic Dental Surgical Device shall have the following minimum specifications to include FDA Approval: Hardware-System Base Control PC: Intel Core i5, 4GB RAM, 512GM Memory UPS: 120 VAC, 10 Minutes backup @ 1000 VA Network Switch: 1Gb/s, POE, 5 ports 2x Vertical Columns: 3 stage lift, 24 Vdc, 350mm stroke, 2000 N, 510mm retracted length Force Sensor Processing Unit: Ethernet communication AC/DC Power Supply: 24 Vdc, 100-240 Vrms AC Input, 600W Hardware-Arms (Guide Arm and Patient Tracker Arm) Horizontal Stage Motor: BLDC, NEMA 23, 24 Vdc, 4000 RPM Guidance Arm: 6 DOF, 6 Motors, 6 Encoders, 6 Harmonic Drive Transmissions, 24 Vdc, CANopen Patient Tracker: 7 DOF, 7 Optical Encoders, BiSS communication, 5.5 Vdc Force Sensor: 6 Degrees of Sensing, 0-145 N (x, y), 0-290 N (z), 0-5 Nm, 0.125 N force resolution, 0.0015 Nm torque resolution Custom Board: 5.5 Vdc and 24 Vdc Output, BiSS communication Switch pad Control: 24 Vdc Input, 120mA, 5-30 Vdc Output Hardware-Planning Station Planning PC: Processor: 11th Gen Intel® Core i7-1185G7, vPro® (12 MB, 4 cores, 8 threads, 3.00 to 4.80 GHz Turbo, 5W) Graphics Card: NVIDIA® Quadro® T500, 2 GB GDDR6; Display 15.6", FHD 1920x1080, 60Hz, Non-Touch, Wide Viewing Angle, 250 nit, 45% NTSC, IR Cam/Mic, WLAN/WWAN Memory: 16 GB, 1 x 16 GB, DDR4, 3200Mhz Non-ECC Hard Drive: 512 GB, M.2 2280, Gen3 PCIe x4 NVMe, SSD Security Fingerprint Reader Wireless Intel: Wi-Fi 6 AX201 Wireless Card with Bluetooth 5.2 Primary Battery: 4 Cell, 63 Wh, Lithium Ion Monitor Dell 27 Monitor: P2719H 68.59 cm (27 inches) 597.88 mm (23.54 ) 336.31 mm (13.24 ) Resolution: 1920 x 1080 at 60 Hz Aspect Ratio: 16:9 0.311 mm x 0.311 mm Brightness: 82 300 cd/mÂ2 (typical) Color Gamut (typical): 72% (CIE1931) Color Depth: 16.7 Million colors Contrast 1000: 1 (typical) View Angle 178°/178° 8 ms (Normal); Backlight Technology LED Edgelight Monitor Coatings: Monitor Antiglare with 3H hardness Hardware-Software Control Software: Operating System : Windows 7 Embedded Custom Software: implementing real-time sensor and actuator interface with critical motion control functions and safety monitoring of the system Planning UI: Operating System : Windows 10 Pro Custom Software : YomiPlan. The proprietary software YomiPlan provides tools for visualization and manipulation required to easily plan surgical procedures for dental implant surgery. The software also interfaces with the control software to provide real-time feedback to the user of the system during osteotomy and execution of the surgical plan. Other System Features Connectivity: The Planning PC component of the Yomi System is equipped with a user configurable - Intel Wi-Fi 6 AX201 Wireless Card with Bluetooth 5.2. This can be utilized to connect to the customer Wi-Fi for easier file transfer needed for planning activities. The Bluetooth can be connected to a user preferred mouse for ease of use. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. Only new equipment is acceptable; no remanufactured, used/refurbished or "gray market" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. At a minimum the quote shall contain the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) Unique Entity ID (SAM)/ Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM. Quoted price shall include delivery. Place of Delivery: WPB VA Medical Center Warehouse 7305 N. Military Trail West Palm Beach, FL 33410 7:00am-4:30pm Period of Performance/Delivery Timeframe: 120 Days ARO The provision at 52.211-6, Brand Name or Equal, applies to this solicitation. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: The following provisions are incorporated into 52.212-1 as an addendum and applies to this solicitation. See solicitation for more details on this Addendum. ADDENDUM 1 to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Small Business Set-Aside CASCADE PROCEDURE Any award(s) resulting from this solicitation will be made using the following cascade order of precedence: In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis to qualified, responsible, eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns (see Section 15(k) of the Small Business Act (15 U.S.C. § 644(k)) FAR 52.219-1, Small Business Program Representations for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms and award can be made at a reasonable price. Make award to an eligible SDVOSB at a fair and reasonable price in accordance with FAR 19.202-6. If award cannot be made to a SDVOSB concern at a fair and reasonable price, award will be made to an eligible Veteran Owned Small Business (VOSB) concern at a fair and reasonable price. If award cannot be made to a VOSB concern at a fair and reasonable price, award will be made to a HUBZone, Woman-Owned Small Business (WOSB) or small business concern. If award cannot be made to a HUBZone or WOSB, or small business concern at a fair and reasonable price, award will not be made as a small business set-aside. If fair and reasonable pricing cannot be established with any small business concern, then award will be made to other than a small business on the basis of full and open competition considering all responsive quotes submitted by responsible business concerns. Award can be made if only one quote is received, and that quote is a fair and reasonable price and from a vendor that is qualified, responsible, and eligible. Pricing will be firm fixed price for each line item identified. After receipt of quotes, a determination shall be made of which quote(s) are in the competitive range for the purpose of conducting written and/or oral discussions, if necessary. Offerors should note that award may be made on the initial quote. END OF ADDENDA TO 52.212-2 Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. In addition, though not limited only to those listed on this announcement. The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp All offeror quotes for this solicitation must be received electronically through email no later than July 07, 2022, 2:00 PM EST. Ensure to reference solicitation number 36C24822Q1086, Dental Robot Yomi within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email to David Henry, David.Henry3@va.gov no later than July 05, 2022, 2:00 PM EST. Offers shall be sent by email to David.Henry3@va.gov .

8875 HIDDEN RIVER PARKWAY  TAMPA , FL 33637  USALocation

Place Of Performance : 8875 HIDDEN RIVER PARKWAY TAMPA , FL 33637 USA

Country : United StatesState : Florida

Classification

naicsCode 333997
pscCode 6670Scales and Balances