Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

65 -- FDR Go Portable X-Ray System - Attachments

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-T-0281
 
Archive Date
6/18/2016
 
Point of Contact
Clarence L Taylor, Phone: 9375224511, ,
 
E-Mail Address
Clarence.Taylor.2@us.af.mil,
(Clarence.Taylor.2@us.af.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - GE Healthcare Specifications Attachment 1 - Fujifilm Medical Systems Specification The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the Special Medical War Reserve (MWR)'s requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, the MWR is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed via email to Clarence L. Taylor, Jr. (AFLCMC/PZIOA), clarence.taylor.2@us.af.mil no later than 3:00 pm EST on 3 June 2016. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The Government is in need of procuring a FDR Go Portable X-Ray System for the deployment section of the Base hospital. The new system will replace the existing X-Ray machine being used in our Medical War Reserve (WRM) Program, which has surpassed its life expectancy. The new system will provide the customer with more modern technology and increased function ability. The FDR Go Portable X-Ray System was chosen because the proposed source is currently the only known source able to satisfy the Air Force's requirement. PERFORMANCE REQUIREMENTS This unit will need to be on wheels and include rear wheel drive motors for steering purposes. This unit should also come with a workstation, and color touch screen for immediate image previews of all x-rays taken, and storage area for detectors, spare batteries and grids. Unit arm needs to be able to move 360 degrees to access patients laying in beds/OR tables. Brand, trade-name or equal. See attached Fujifilm Medical Systems and GE Healthcare specification documents detailing the requirements for the proposed item. DELIVERY The company shall properly ship the system to the Air Force Medical Material at WPAFB, OH. All shipping costs to include insurance will be included in contractor's proposal. Great care using standard, approved packaging methods shall be taken. WARRANTY Free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, for the period of time of one year after receipt. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: 423450: Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers Based on the above NAICS Code, state whether your company is: Small Business, (Self-Certified or Third Party Certified) (Yes / No) Small Disadvantaged Business, (Self -Certified or Third Party Certified) (Yes / No) o Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o 8(a) Certified, (Self -Certified or Third Party Certified) (Yes / No) o HUBZone Certified, (Self -Certified or Third Party Certified) (Yes / No) o Veteran Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified) (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. • Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Provisions in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-225-7048, Export-Controlled Items DFARS 252-243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001 Health and Safety on Government Installations ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Describe briefly the capabilities of the nature of the services you provide. 3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, submit your responses to clarence.taylor.2@us.af.mil. E-mail responses should be received no later than 3:00 pm EST on 3 June 2016. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Attachments: 1. Fujifilm Medical Systems Specifications 2. GE Healthcare Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-T-0281/listing.html)
 
Place of Performance
Address: Medical Materiel, Bldg 830, Area A, 4881 Sugar Maple Drive, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04134643-W 20160603/160601234825-a14b903ab32e5e57b0d57a2a26ea203e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.