SOURCES SOUGHT
65 -- Analyzer, Pulmonary Function Test Equipment
- Notice Date
- 4/29/2025 8:21:30 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
- ZIP Code
- 32542-5418
- Solicitation Number
- FA282325R6003
- Response Due
- 5/4/2025 10:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Wilma �Kat� Snider, Phone: 8503662823
- E-Mail Address
-
wilma.snider@us.af.mil
(wilma.snider@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Analyzer, Pulmonary Function Test RFI: FA282325R6003 SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing Pulmonary Function Test Equipment in accordance with attachment 1. The system must have Authorization to Operate (ATO) as determined by Consolidated System Tracking and Reporting (CSTAR). All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists currently; therefore, do not request a copy of the solicitation. The decision to solicit a contract shall be solely within the Government�s discretion. The NAICS Code assigned to this acquisition is 339112, Surgical and Medical Instrument Manufacturing, with a small business size standard of 1000 employees. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this source sought is voluntary. This source sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government�s assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 3 pages. Responses may be submitted electronically to the following e-mail address: wilma.snider@us.af.mil. Correspondence sent via email shall contain a subject line that reads �FA282325R6003, Analyzer, Pulmonary Function Test� If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: 1. Confirm the status you qualify for under following NAICS Code: 339112, Surgical and Medical Instrument Manufacturing 2. Confirm and provide eMASS ID number Authorization to Operate (ATO) as determined by Consolidated System Tracking and Reporting (CSTAR). 3. Indicate firm�s size � small or other-than-small; and other socio-economic program participation such as small-disadvantaged, 8(a)-certified, HUBZone, SDVOSB, and/or WOSB/EDWOSB. 4. A positive statement of your intention to submit a quote to an upcoming solicitation as a prime contractor. 5. Provide SAM UEI Number and CAGE Code. 6. Evidence of recent (within the last five years) experience with work similar in type and scope to include: a. Contract numbers b. Project Titles c. Dollar Amounts d. Customer points of contact with current telphone number nand email. All the above information must be submitted in sufficient detail for a decision to be made on the availability of interested qualified parties. If adequate interest is not received, the solicitation may be issued as another type of set aside or unrestricted without further notice. RESPONSES ARE DUE NO LATER THAN 12:00 P.M. NOON (CST) ON 5 May 2025. Direct all questions concerning this requirement to Wilma �Kat� Snider at wilma.snider@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/41a0ce79b96048a597d708a3888abd59/view)
- Place of Performance
- Address: Eglin AFB, FL 32542, USA
- Zip Code: 32542
- Country: USA
- Zip Code: 32542
- Record
- SN07425460-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |