The RFP Database
New business relationships start here

Dental Digital X-Ray Sensors Brand Name or Equal


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

W91YTZ-17-T-0933 Combined Synopsis/Solicitation

The Womack Army Medical Center (WAMC) Contracting Cell, Regional Health Contracting Office - Atlantic, Fort Bragg, NC 28310, intends to solicit, negotiate, and award a contract for Dental Digital X-Ray Sensors (RVG 6200 Size 1 & 2) with at the U.S. Army Dental Activity, Fort Bragg. The RVG sensors are customized components inserted in the patient's mouth to capture images of their teeth. The RVG sensor features an ergonomically optimized rear-entry cable that reduces bulk at the cable point of entry, allowing for easier placement and positioning of the sensor, improving image acquisition. The Contractor shall provide Dental Digital X-Ray Sensors RVG 6200 Size 1 & 2 with the supporting IP Boxes. There are no installation or training requirements for this contract. 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; proposals are being requested and a written solicitation will not be issued and is expected to result in the award of a firm-fixed price contract. The resulting award will be made on SF 1449, for commercial supplies. This announcement constitutes the only solicitation; proposals are being requested and no further written solicitation will be issued.


The resulting award will be made on SF 1449, for commercial supplies and services. All responses must be received by 27 September 2017, 10:00 AM EST. The solicitation number for this requirement is W91YTZ-17-T-0933. The solicitation document incorporated provisions and clauses, which are those in effect through Federal Acquisition Circular (FAC) is 2005-95 (19 Jan 17). The size standard is 750 and the NAICS code is 339114,Dental Equipment and Supplies Manufacturing.


The desired delivery timeframe is thirty days after receipt of award. Clauses and provisions throughout this solicitation can be viewed by accessing website www.farsite.hill.af.mil or https://acquisiton.gov/far. FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition. All offerors are cautioned that if selected for award, they must be registered with the System for Award Management (SAM). SAM can be accessed via the internet at www.sam.gov/. Confirmation of SAM registration will be validated prior to awarding a contract.


"CAUTION, READ" -- FAR provision 52.212-1 and the Salient Characteristics -- "IN DETAIL" before submitting your proposal.


***NOTE: YOU MUST SUBMIT A SANITIZED COPY OF YOUR TECHNICAL PROPOSAL; I.E. NO NAMES, ADDRESSES, LOGOS, OR ANY COMPANY OR PERSONAL INDENTIFYING INFORMATION.***

NOTE: Any questions with respect to the solicitation shall be submitted in writing to MAJ Ray Harris by 12:00 PM on 25 September 2017. Telephone calls will not be accepted nor responded to. Responses will be emailed to ALL interested offerors.


 


ITEM NO. SUPPLIES/SERVICES


Line Item Number 0001 DENTAL DIGITAL X-RAY SENSORS


EST. QUANTITY       UNIT      UNIT PRICE             TOTAL AMOUNT


3                              KT        


The Contractor shall provide Dental Digital X-Ray Sensors RVG 6200 Size 1 Complete Kit in accordance with the Salient Characteristics.



Line Item Number 0002 DENTAL DIGITAL X-RAY SENSORS


EST. QUANTITY      UNIT       UNIT PRICE       TOTAL AMOUNT




15                          KT


The Contractor shall provide Dental Digital X-Ray Sensors RVG 6200 Size 2 Complete Kit in accordance with the Salient Characteristics.





Line Item Number 0003 RVG CONNECT FOR US


EST. QUANTITY       UNIT         UNIT PRICE   TOTAL AMOUNT


15                            EA




The Contractor shall provide Dental Digital X-Ray Sensors RVG 6200 IP Boxes in accordance with the Salient Characteristics.



All Offerors will provide their Company's Dunn and Bradstreet number (DUNS); CAGE code; tax ID number; and your Published Price list, by item number, for evaluation purposes.




Responses are to be emailed to MAJ Ray Harris at tonja.r.harris.mil@mail.mil no later than 27 September 2017, 10:00 AM EST.


The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions can be viewed at http://www.farsite.hil.af.mil and https://www.acquisition.gov

Vendors shall include a completed copy of FAR provision 52.212-3, "Offeror Representations and Certifications - Commercial Items (Jan 2017 Alternate 1 (Oct 2014) with their offer. Offerors shall include a confirmation of receipt of any amendments to this solicitation. Failure to submit a confirmation could result in the offer being determined non- responsive.


Clause 52-212-4 Contract Terms and Conditions-Commercial items, applies to this acquisition to include any applicable addenda.


52.212-4 - Contract Terms and Conditions - Commercial Items (JAN 2017).


Addendum to 52.212-4.


(w) The non-FAR Part 12 discretionary FAR, DFAR, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found.


(End of Addendum to 52.212-4).


52.204-12 Unique Entity Identifier Maintenance OCT 2016


52.204-16 Commercial and Government Entity Code Reporting JUL 2016


52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation NOV 2015


52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015


52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law FEB 2016


52.212-1 Instructions to Offerors--Commercial Items JAN 2017


52.212-2 Evaluation - Commercial Items OCT 2014


52.212-3 Offeror Representations and Certifications--Commercial Items JAN 2017


52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017


52.219-6 Notice Of Total Small Business Set-Aside NOV 2011


52.219-14 Limitations On Subcontracting JAN 2017


52.222-50 Combating Trafficking in Persons MAR 2015


52.223-1 Biobased Product Certification MAY 2012


52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013


52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997


52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011


52.225-13 Restrictions on Certain Foreign Purchases JUN 2008


52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015

52.232-39 Unenforceability of Unauthorized Obligations JUN 2013


52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013


52.233-3 Protest After Award AUG 1996


52.233-4 Applicable Law for Breach of Contract Claim OCT 2004


52.242-5 Payments to Small Business Subcontractors JAN 2017


52.242-13 Bankruptcy JUL 1995


52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998


52.252-5 Authorized Deviations In Provisions APR 1984


252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011


252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013


252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011


252.204-7003 Control Of Government Personnel Work Product APR 1992


252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016


252.225-7048 Export-Controlled Items JUN 2013


252.232-7010 Levies on Contract Payments DEC 2006


CLAUSES INCORPORATED IN FULL TEXT.


52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2017)


ADDENDUM TO FAR 52.212-1
Replace Paragraph 52.212-1(b) with the following: INSTRUCTIONS FOR PREPARATION OF QUOTES:


Quoters shall submit signed and dated quotes to the office indicated in Block 9 of the Standard Form (SF) 1449, Solicitation/Contract/order for commercial Items, to arrive no later than the date and time specified in Block 8, SF 1449. The quoter shall have a title page identifying the quoter, the full address, phone/fax number, contacts (POCs) with email addresses, the solicitation number and its contents.


Acceptable Quote Submission:


Quotes shall be submitted via E-mail to: tonja.r.harris.mil@mail.mil


All submissions must clearly identify this notice and the name of the contract specialist on the first page or subject line. Submitters bear the burden of ensuring that the quote reached the designated contracting office on time and should allow reasonable time for transmission to be completed. Large e-mail files may not transmit properly so it is advised to send large attachments in several separate e-mails. All pages of the transmission and attachments must reach the office before the deadline specified. Any part of the quote that arrives after the specified deadline may not be considered. The submitter bears the risk of non-receipt of quotes and should confirm by telephone that the quote was received. The point of contact for this requirement is MAJ Ray Harris, (910) 907-6878.


WRITTEN DOCUMENTATION: Quotes shall be prepared in three separate volumes as follows :


VOLUME I - ADMINISTRATIVE
VOLUME II - TECHNICAL
VOLUME III - PRICE


The quoter shall submit 1 copy of its entire quote. The submission of an incomplete quote may render the quote unacceptable and will not be considered. (NOTE: quotes submitted through FBO are unacceptable)


WRITTEN DOCUMENTATION, shall include the following:


VOLUME I - ADMINISTRATIVE


a. Request for Quotation. A copy of the Solicitation (SF 1449) with signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, and email address(es).


b. Acknowledged and signed copies of amendment(s) if applicable. The number of copies required will be shown on the SF 30.


c. Completed copy of the Representations and Certifications at FAR 52.212-3 (Alternate I), FAR 209-2, FAR 52.209-11, FAR 52.219-28, FAR 52.222-22, FAR 52.222-25, DFARS 252.225-7035. Quoters may also complete annual representations and certifications electronically at https://sam.gov.


d. The quoter shall provide points of contact for administration of the contract during the quoter's normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual(s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc., please furnish and explain:


(1) Quoter's normal business hours/days:
(2) POC(s) during normal business hours:
(3) POC(s) for other than normal business hours:


VOLUME II - TECHNICAL


Technical - Quoters shall provide sufficient detail for the Government to determine whether the quote acceptably meets the requirements of the solicitation. Provide, in writing, the specifications for the supply/equipment item(s) required in the solicitation.


Item(s) must be the exact brand name, make, model and part number as stated in the solicitation.

VOLUME III - PRICE


a. Schedule Pricing for Requirements. The quoter shall submit proposed pricing for all Line Item Numbers identified in the Request for Quote, unless otherwise noted. The quoter shall submit pricing for the base period and each option period.


b. Price Breakdown. The quoter shall provide in sufficient detail the elements that make up the total proposed CLIN pricing. Examples of price breakdown may include direct labor hours and rates, travel costs, and current catalog pricing.


c. Protests received at a level higher than the contracting officer will be referred to the contracting officer. Protestor may request a review by the contracting officer or an independent review at a level higher than the contracting officer. Requests for appeals or independent review will be addressed to the contracting officer for referral to the review authority. Questions on this process will be referred to the cognizant contracting officer identified in the solicitation.


d. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained.


(End of Addendum to 52.212-1)
52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)


(a) Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary.


EVALUATION FACTORS. The following factors shall be used to evaluate quotations:


Factor 1. Technical
Factor 2. Price


TECHNICAL (FACTOR 1). The quote must consist of written documentation to provide sufficient narrative and supporting data to address how the quote meets the minimum qualifications/requirements identified in the solicitation.


Item(s) must be the exact brand name, make, model and part number as stated in the solicitation.


The following ratings will be used in evaluating each quote:


 



ADJECTIVE



DEFINITION
Acceptable Quote clearly meets the minimum qualifications/requirements of the solicitation.
Unacceptable Quote does not clearly meet the minimum qualifications/requirements of the solicitation.
Note: To receive consideration for award, a rating of "Acceptable" must be achieved for all technical requirements.


PRICE (FACTOR 2) is not rated. Price and/or cost analysis will be used to evaluate a quoter's price and the extent to which it is fair and reasonable.


Award will be made to the quoter possessing all of the following characteristics:


1) Meets the acceptability standards for non-price factors,


2) Conforms to the solicitation,


3) Is from a prospective contractor who is responsible (as defined in Federal Acquisition Regulation Part 9), and


4) Has a price that is determined to be fair and reasonable.
(b) Options. N/A


(c) If the Government issues an order to a supplier, a binding contract will result when the supplier accepts the Government's offer. The supplier shall indicate acceptance of the order by written notice to the Government. The Government may, by written notice to the supplier, at any time before acceptance occurs, withdraw, amend, or cancel its offer.


(End of provision)


52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017)


(w) The non-FAR Part 12 discretionary FAR and DFARS clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found.


(End of Addendum)


52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)


(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.


(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.


(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.


(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.


 



(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-


(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).


(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.


(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.


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


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


(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).


(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).


(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).


(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).


(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.


(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).


(xii) XX (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).


___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)


(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)


(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).


(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).


(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).


Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.


(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).


(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).


(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.


(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.


(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.


(End of Clause)


52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)


(a) Definitions. As used in this clause-


Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.


 


Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity.


(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following:


(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.


(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.


(3) For long-term contracts-


(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and


(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.


(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/content/table-small-business-size-standards.


(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees.


(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update.


(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.


(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:


The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code - assigned to contract number .



(End of clause)


52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):


FAR: http://farsite.hill.af.mil/vffara.htm
DFARS: http://farsite.hill.af.mil/vfdfara.htm


(End of clause)


52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)


(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.


(b) The use in this solicitation or contract of any DOD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.


(End of clause)


252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016)


(a) Definitions. As used in this clause--


Adequate security means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information.


Compromise means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred.


Contractor attributional/proprietary information means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the
company.


Controlled technical information means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions.


Covered contractor information system means an unclassified information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information.
Covered defense information means unclassified controlled technical information or other information, as described in the Controlled Unclassified Information (CUI) Registry at http://www.archives.gov/cui/registry/category-list.html, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Governmentwide policies, and is-


(1) Marked or otherwise identified in the contract, task order, or delivery order and provided to the contractor by or on behalf of DoD in support of the performance of the contract; or


(2) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract.


Cyber incident means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein.


Forensic analysis means the practice of gathering, retaining, and analyzing computer-related data for investigative purposes in a manner that maintains the integrity of the data.


Information system means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information.


Malicious software means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and
some forms of adware.


Media means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which covered defense information is recorded, stored, or printed within a covered contractor information system.


Operationally critical support means supplies or services designated by the Government as critical for airlift, sealift,
intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation.


Rapidly report means within 72 hours of discovery of any cyber incident.


Technical information means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013, Rights in Technical Data--Noncommercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering
data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code.


(b) Adequate security. The Contractor shall provide adequate security on all covered contractor information systems. To provide adequate security, the Contractor shall implement, at a minimum, the following information security protections:


(1) For covered contractor information systems that are part of an information technology (IT) service or system operated on behalf of the Government, the following security requirements apply:


(i) Cloud computing services shall be subject to the security requirements specified in the clause 252.239-7010, Cloud Computing Services, of this contract.


(ii) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract.


(2) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1) of this clause, the following security requirements apply:


(i) Except as provided in paragraph (b)(2)(ii) of this clause, the covered contractor information system shall be subject to the security requirements in National Institute of Standards and Technology (NIST)
Special Publication (SP) 800-171, ``Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations'' (available via the internet at http://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the time the solicitation is issued or as authorized by the Contracting Officer.


(ii)(A) The Contractor shall implement NIST SP 800-171, as soon aspractical, but not later than December 31, 2017. For all contracts awarded prior to October 1, 2017, the Contractor shall notify the DoD Chief Information Officer (CIO), via email at osd.dibcsia@mail.mil, within 30 days of contract award, of any security requirements
specified by NIST SP 800-171 not implemented at the time of contract award.


(B) The Contractor shall submit requests to vary from NIST SP 800-171 in writing to the Contracting Officer, for consideration by the DoD CIO. The Contractor need not implement any security requirement adjudicated by an authorized representative of the DoD CIO to be nonapplicable or to have an alternative, but equally effective,
security measure that may be implemented in its place.


(C) If the DoD CIO has previously adjudicated the contractor's requests indicating that a requirement is not applicable or that an alternative security measure is equally effective, a copy of that approval shall be provided to the Contracting Officer when requesting its recognition under this contract.


(D) If the Contractor intends to use an external cloud service provider to store, process, or transmit any covered defense information in performance of this contract, the Contractor shall require and ensure that the cloud service provider meets security requirements equivalent to those established by the Government for the Federal Risk
and Authorization Management Program (FedRAMP) Moderate baseline (https://www.fedramp.gov/resources/documents/) and that the cloud service provider complies with requirements in paragraphs (c) through (g) of this clause for cyber incident reporting, malicious software, media preservation and protection, access to additional information and equipment necessary for forensic analysis, and cyber incident damage assessment.


(3) Apply other information systems security measures when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraphs (b)(1) and (2) of this clause, may be required to provide adequate security in a dynamic environment or to accommodate special circumstances (e.g., medical devices) and any individual, isolated, or temporary deficiencies based on an assessed risk or vulnerability. These measures may be addressed in a system security plan.


(c) Cyber incident reporting requirement.


(1) When the Contractor discovers a cyber incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor's ability to perform the requirements of the contract that are designated as operationally critical support and identified in the contract, the Contractor shall--
(i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor's network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor's ability to provide operationally critical support; and


(ii) Rapidly report cyber incidents to DoD at http://dibnet.dod.mil.


(2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at http://dibnet.dod.mil.


(3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see http://iase.disa.mil/pki/eca/Pages/index.aspx.


(d) Malicious software. When the Contractor or subcontractors discover and isolate malicious software in connection with a reported cyber incident, submit the malicious software to DoD Cyber Crime Center (DC3) in accordance with instructions provided by DC3 or the Contracting Officer. Do not send the malicious software to the Contracting Officer.


(e) Media preservation and protection. When a Contractor discovers a cyber incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest.


(f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis.


(g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause.


(h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent
practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that
information that is necessary for the authorized purpose(s) for which the information is being released.


(i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD--


(1) To entities with missions that may be affected by such information;


(2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents;


(3) To Government entities that conduct counterintelligence or law enforcement investigations;


(4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or


(5) To a support services contractor (``recipient'') that is directly supporting Government activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information.


(j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government's use and release of such information.


(k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data.


(l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor's responsibility for other safeguarding or cyber incident reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements.


(m) Subcontracts. The Contractor shall-


(1) Include this clause, including this paragraph (m), in subcontracts, or similar contractual instruments, for operationally critical support, or for which subcontract performance will involve covered defense information, including subcontracts for commercial items, without alteration, except to identify the parties. The
Contractor shall determine if the information required for subcontractor performance retains its identity as covered defense information and will require protection under this clause, and, if necessary, consult with the Contracting Officer; and


(2) Require subcontractors to-


(i) Notify the prime Contractor (or next higher-tier subcontractor) when submitting a request to vary from a NIST SP 800-171 security requirement to the Contracting Officer, in accordance with paragraph (b)(2)(ii)(B) of this clause; and


(ii) Provide the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon as practicable, when reporting a cyber incident to DoD as required in paragraph (c) of this clause.


(End of clause)


252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)


(a) The Contractor is not required to flow down the terms of any Defense Federal Acquisition Regulation Supplement (DFARS) clause in subcontracts for commercial items at any tier under this contract, unless so specified in the particular clause.


(b) While not required, the Contractor may flow down to subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligation.


(c) The Contractor shall include the terms of this clause, including this paragraph (c), in subcontracts awarded under this contract, including subcontracts for the acquisition of commercial items.


(End of clause)


252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (APR 2014)


(a) Definitions. As used in this clause --


"Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor.


"Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies.


"Foreign-flag vessel" means any vessel that is not a U.S.-flag vessel.


"Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters.


"Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract.


"Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea.


(i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination.


(ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing.


"U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States.


(b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract.


(2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if-


(i) This contract is a construction contract; or


(ii) The supplies being transported are-


(A) Noncommercial items; or


(B) Commercial items that-


(1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it contracts for f.o.b. destination shipment);


(2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or


(3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643.


(c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that --


(1) U.S.-flag vessels are not available for timely shipment;


(2) The freight charges are inordinately excessive or unreasonable; or


(3) Freight charges are higher than charges to private persons for transportation of like goods.


(d) The Contractor must submit any request for use of foreign-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum -


(1) Type, weight, and cube of cargo;


(2) Required shipping date;


(3) Special handling and discharge requirements;


(4) Loading and discharge points;


(5) Name of shipper and consignee;


(6) Prime contract number; and


(7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose.


(e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW., Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information:


(1) Prime contract number;


(2) Name of vessel;


(3) Vessel flag of registry;


(4) Date of loading;


(5) Port of loading;


(6) Port of final discharge;


(7) Description of commodity;


(8) Gross weight in pounds and cubic feet if available;


(9) Total ocean freight in U.S. dollars; and


(10) Name of the steamship company.


(f) If this contract exceeds the simplified acquisition threshold, the Contractor shall provide with its final invoice under this contract a representation that to the best of its knowledge and belief-


(1) No ocean transportation was used in the performance of this contract;


(2) Ocean transportation was used and only U.S.-flag vessels were used for all ocean shipments under the contract;


(3) Ocean transportation was used, and the Contractor had the written consent of the Contracting Officer for all foreign-flag ocean transportation; or


(4) Ocean transportation was used and some or all of the shipments were made on foreign-flag vessels without the written consent of the Contracting Officer. The Contractor shall describe these shipments in the following format:


ITEM CONTRACT QUANTITY
DESCRIPTION LINE ITEMS
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
____________________________________________________________________
TOTAL_______________________________________________________________


(g) If this contract exceeds the simplified acquisition threshold and the final invoice does not include the required representation, the Government will reject and return it to the Contractor as an improper invoice for the purposes of the Prompt Payment clause of this contract. In the event there has been unauthorized use of foreign-flag vessels in the performance of this contract, the Contracting Officer is entitled to equitably adjust the contract, based on the unauthorized use.


(h) In the award of subcontracts for the types of supplies described in paragraph (b)(2) of this clause, including subcontracts for commercial items, the Contractor shall flow down the requirements of this clause as follows:
(1) The Contractor shall insert the substance of this clause, including this paragraph (h), in subcontracts that exceed the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation.


(2) The Contractor shall insert the substance of paragraphs (a) through (e) of this clause, and this paragraph (h), in subcontracts that are at or below the simplified acquisition threshold in part 2 of the Federal Acquisition Regulation.


(End of clause)
SALIENT CHARACTERISTICS
Dental Digital X-Ray Sensors RVG 6200


 


• The Care Stream RVG 6200 features straightforward installation and integrates
with our Dental Digital X-ray system, "X-ray Vision". Our X-Ray Vision system has been specifically setup to use RVG intra oral sensors. RVG 6200 sensors include a set of RVG 6200 positioning devices so the sensor can be immediately implemented into the practice. This sensor comes with an enhancement program for the images that can only work with the Care Stream RVG sensors. The RVG 6200 sensor features an ergonomically optimized rear-entry cable that reduces bulk at the cable point of entry, allowing for easier placement and positioning of the sensor, improving image acquisition.


• RVG 6200 offers three anatomical image enhancement modes can be applied to
acquired images, including endodontic, periodontic, and dentin-enamel junction, and a user-friendly sharpness filter with dynamic slider bar makes it easy to see contrast changes in real time. Using sharpness ranging from 0 to 6, you can choose the image contrast you prefer.


• RVG 6200 Size 1


o CMOS
o Scintillator
o Optical fiber


• RVG 6200 Size 2


o CMOS
o Scintillator
o Optical Fiber


• 90 second activation time for acquisition
• Cable length: 2.8 meters
• Pixel dimension: 19 microns
• True (measured) resolution: 24 lp/mm
• Active area:


o RVG Size 1: 22.2 x 29.6 mm
o RVG Size 2: 26.6 x 35.5 mm
• Overall dimensions:


o RVG Size 1: 27.6 x 37.7mm
o RVG Size 2: 32.2 x 44.2 mm


• Sensor Plate thickness: 7.3 mm
• Input voltage (from USB interface): SV
• Computer minimum: Windows 7OS, 8GB Memory, USB 2.0, keyboard and mouse
• Software already installed on all DENTAC computer
• 2 year warranty;


o 3 year limited warranty
o 1 year free replacement
o 1 year free Dental Imaging Support Support


• User manual: online, CD/DVD, printed manual
• No annual software fees W91YTZ


Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF


iRAPT is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use iRAPT at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov within ten (10) calendar days after award of this contract/order.


iRAPT Instructions:


Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments.


You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment.


The following codes and information will be required to assure successful flow of iRAPT documents.


Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice.


TYPE OF DOCUMENT [X the appropriate block]


___ Invoice (Contractor Only)


___ Invoice and Receiving Report (COMBO)


_X__ Invoice as 2-in-1 (Services Only)


___ Receiving Report (Government Only)


CAGE CODE:


ISSUE BY DODAAC: W91YTZ


ADMIN BY DODAAC: W91YTZ


INSPECT BY DODAAC: W36XTM


ACCEPT BY DODAAC: W36XTM


SHIP TO DODAAC: W36XTM


LOCAL PROCESSING OFFICE DODDAC: W36XTM


PAYMENT OFFICE FISCAL STATION CODE: HQ0490


EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable)


INSPECTOR Primary: Teri Cook teri.d.cook.civ@mail.mil

ACCEPTOR Primary: Teri Cook teri.d.cook.civ@mail.mil

RECEIVING OFFICE POC: Primary: Teri Cook teri.d.cook.civ@mail.mil


CONTRACT ADMINISTRATOR/ SPECIALIST: MAJ Ray Harris, (910) 907-6878
FAX: (910) 907-9307, tonja.r.harris.mil@mail.mil


CONTRACTING OFFICER: See Block 31b on SF1449 for email address.


ADDITIONAL CONTACT:


Any modification requests must be in writing and submitted to: ADMIN DODAAC.


(End of clause)


 


 




Tonja Ray Harris, Contracting Specialist, Phone 910-907-6878, Email tonja.r.harris.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP