Inactive
Notice ID:W91ZRS21SF003
This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to...
This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the below: DENTAL EQUIPMENT Item # Manufacturer Qty Description 1 DCI 2 Series 4 Chair,50W Transf 2 DCI 2 ErgoBk Asepsis Bk Sty 3 DCI 2 Naugasoft Uph Chairs 4 DCI 2 Acsy Conn Box W/Air QD 5 DCI 2 Swg Mt Auto Dtl Unit & Lt 6 DCI 2 ISO-C 6-Pin PO HP Tubing 7 DCI 2 Lt Source Sys F/Dlx HP 8 DCI 2 Transf F/Del & Sngl Circ 9 DCI 2 Sys Mt Ser5 LED Light,Gy 10 DCI 2 Rear Asst Pkg,4Pos,Chr TP 11 DCI 2 Extra HVE Tbng & Conn S5 12 DCI 2 TP To Cntrl Chr and Lt 13 DCI 2 Doctors Stool 14 DCI 2 Assistants Stool 15 PLANM 2 ProSensor w/Sensor Size 1 16 PLANM 2 ProSensor w/Sensor Size 2 17 MEDIMG 3 MiPACS Client/Srvr-WS49 18 MEDIMG 1 MiPACS Remote Install/Day 19 MEDIMG 1 MiPACS Annual Support 20 MEDIMG 1 MiPACS Annual Maint - Included Year 1 21 PLANM 2 XR ProX DSM 65In Reach 22 PLANM 2 Planmeca ProMax 2D S3 Pan 23 Installation includes 1 year Warranty Labor 24 required Authority to Operate (ATO) documentation to Be allowed on the network. Must be already approved. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed ten (10) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement. Also include where this product is manufactured. Responses are due no later than 11:00 am EST, Friday, July 23, 2021, and shall be electronically submitted to leslie.a.fedler.civ@mail.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Contracting Office Address: 360 Broad Street, Hartford CT 06105 Point Of Contact: leslie.a.fedler.civ@mail.mil