MODIFICATION
65 -- Laparoscopic Simulation/Virtual Reality Platform
- Notice Date
- 6/16/2011
- Notice Type
- Modification/Amendment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0122
- Archive Date
- 9/30/2011
- Point of Contact
- Sean D. Miller, Phone: 9375224620
- E-Mail Address
-
sean.miller@wpafb.af.mil
(sean.miller@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ***Update to Notice*** Wright Patterson AFB will be conducting an Industry Day with regards to this possible future acquisition on 20 July, 2011. Industry Day will give interested vendors the opportunity to have their equipment on exposition in front of the Wright Patterson Medical Community. This event will give our doctors the chance to have a hands-on experience with the most up to date technology in their field of expertise. In collaboration with their input, the gathered information from this event will assist our procurement team in determining customer needs and future requirements. The details of this event are as follows: Date: 20 Jul 11 Time: 0800-1200 Location: Simulation Center, 3rd Floor, Wright-Patterson Medical Center, 4881 Sugar Maple Dr. Wright Patterson AFB, OH. 45433 Set-up/Staging: Set-up will commence at above location at approximately 1400 EST on 19 Jul, 2011 Attendees: 2 company representatives will be granted access per contractor Interested Vendors must meet these minimum requirements to have their Laparoscopic Simulation Platform on display: -Physically accurate Haptic Technology -Realistic reproduction of laparoscopic procedures -3D imagery -Visual/audio responses -Diversity of practice cases with increasing difficulty and management of complications -Correct physiological response and tool behavior -Detailed metrics for performance evaluation -Ongoing trainee assessment, program outcome measurement, and skill certification -Essential skills include: • Camera navigation, Peg transfer, Cutting, Clipping, Needle driving -Procedural skills: • Adhesiolysis, Running the bowel, Suturing and knot tying, Loop ligation -Surgical skills: • Lap cholecystectomy, Bilateral tubal occlusion, Ectopic pregnancy, Salpingo-oophorectomy -Full Procedure Nephrectomy Module -Full Procedure Incisional Hernia Module -Full Procedure Gastric Bypass Module -Full Procedure Sigmoidectomy Module. -Full Procedure LAP Chole Module -Full Procedure GYN Module that allows the trainee to utilize a uterine manipulator -Advanced Suturing Module -Simulated industry tools (Ethicon Harmonic Scalpel, Staplers and Mesh) -Ability to change trocar configurations and adjust CO2 levels during a case -Visual on screen guidance features that can be turned on and off during the case -Real surgical handles for laparoscopic procedures and our suturing cases. Participation in this event will be at no cost to the government. All travel, lodging, and transportation arrangements will be at expense of the contractor. Base access and participation in this event must be coordinated with Lt Sean Miller by 1600 EST, 13 July, 2011. If your company plans to request a display at this expo, please contact Lt Sean Miller at Sean.Miller@wpafb.af.mil or by phone at 937-522-4511. Contractors requesting attendance must specify their abilities to provide the system that can meet the technical requirements as stated in the above specifications. When submitting your capabilities package, please state whether or not you can meet this requirement and whether or not you take exception to any of the specifications. If you believe you can meet this requirement but take exception to any of the items listed above, please state these in your capabilities package with a brief description of why. CAPABILITIES PACKAGE: All interested firms should submit a capabilities package that outlines their firm's capabilities in providing the required items. The capabilities package should include enough information on a firm's proposal in order for the Government to determine if it meets the minimum requirements. Submit capabilities packages to Lt Sean Miller, ASC/PKOA, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH 45433-5309, telephone 937-522-4511, or send responses via e-mail to Sean.Miller@wpafb.af.mil. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Industry Day Participation Package". If this subject line is not included, be advised that the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending packages via e-mail, ensure only.pdf,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Note that email filters at Wright-Patterson are designed to filter e-mails without subject lines or suspicious subject lines or contents (i.e.,.exe or.zip files). Direct all questions concerning this event to Lt Sean Miller, 937-522-4511. Again, please coordinate plans to attend by 1600 EST, 13 July, 2011. ***End Update*** SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, Wright-Patterson AFB, Ohio is seeking potential sources to provide Laparoscopic Simulation/Virtual Reality Platform in accordance with the attached Salient Characteristics. Contractors responding should specify their abilities to provide the system that can meet the technical requirements as stated in the specification. When submitting your capabilities package, please state whether or not you can meet this requirement and whether or not you take exception to any of the specifications. If you believe you can meet this requirement but take exception to any of the items listed above, please state these in your capabilities package with a brief description of why. Additionally, sales history including recent commercial companies should be included to determine commerciality. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and. NAICS Code to be used for this acquisition is 339112, the size standard for this effort 500 employees. The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Capabilities package: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: jiajia.lee@wpafb.af.mil to be received no later than 4:00PM, Eastern Daylight Time, 22 April 2011. Direct all questions concerning this acquisition to Capt JiaJia Lee at (937) 522-4546.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0122/listing.html)
- Place of Performance
- Address: 1940 Allbrook Dr., Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02474805-W 20110618/110616234754-65460846c88ff42f72b2d758e9898894 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |