Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOURCES SOUGHT

66 -- Pressure Mapping System

Notice Date
7/22/2011
 
Notice Type
Sources Sought
 
NAICS
334414 — Electronic Capacitor 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-0215SS
 
Archive Date
8/5/2011
 
Point of Contact
Michael J. Allen, Phone: 9375224586
 
E-Mail Address
michael.allen2@wpafb.af.mil
(michael.allen2@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a Tekscan scan single input USP evolution pressure mapping system or an acceptable "or equal". Firms responding should specify that their system meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The required specifications are as follows: • The system must be capable of monitoring and recording pressures of an applied tourniquet device. • Must be able to record at a resolution from 0.100" to 0.580" at speeds of up to 100Hz. • Needs to meet human subjects systems approval by the Institutional Review Boards. The requested items or an acceptable "or equal": - Tekscan Scan Single Input USB Evolution Pressure Mapping System (includes sensor maps #5101 and #5330), 1 each - Additional #6300 Sensor Map (one time cost), 1 each - VB5A Vacuum Bladder, 1 each - PB100E Pneumatic Bladder (includes: On-Site Training), 3 each - #5101 Sensor Pads, 1 each - #6300 Sensor Pads, 3 each - Additional #5330 Sensor Pads, 3 each All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms 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 the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334414. The Government reserves the right to consider a small business 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. This sources 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 individually be notified of the results of any government assessments. The Government's evaluation 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 businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Michael.Allen@wpafb.af.mil in a Microsoft word compatible format to be received no later than 8:00 AM Eastern Standard Time, 2 Aug 2011. Direct all questions concerning this acquisition to TSgt Michael Allen at michael.allen2@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0215SS/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02508074-W 20110724/110723011838-7c5c0b318e650edccfccbe5bbacb7505 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.