Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOURCES SOUGHT

65 -- Amalgam Filters - Referenced Attachment for SS

Notice Date
8/18/2011
 
Notice Type
Sources Sought
 
NAICS
339114 — Dental Equipment and Supplies 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
F4FBRD1208A001
 
Archive Date
9/13/2011
 
Point of Contact
Stephanie E. Roberts, Phone: 9375224527
 
E-Mail Address
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Patent that describes item in detail 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 sixteen thousand (16,000) amalgam filters. Contractors responding should specify that their product 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 for the System are as follows: 1. General Description: Mercury Amalgam Separator is a device needed to remove mercury laden fine particle waste discharge created as a by-product of dental treatment when amalgam fillings are removed at the dental chair. a. This waste particle separator needs to filter out fine particles to the level of.5 microns in diameter rendering waste water (grey water) devoid of these fine particle contaminants. b. The unit is 8.4 inches in length and 3.835 inches in diameter at its widest point, cylindrical in shape, and constructed with an inflow port at one end and an outflow port at the other end. This allows for intermediate connection to the dental chair along the waste water suction line. c. The container can include a hollow body with airtight lid, and one or more mercury sorbents contained in a filter bag. The filter bag covers the inside surface of the hollow body and the sorbents. 2. Description of function: a. Effluent enters in at the inflow carried by suction and exits after passing through a gravity flow polypropylene wound filter through the outflow. Grey water created from the filtration is then acceptable for discharge into sewer system commensurate with EPA and local water district guidelines. b. As air exchange occurs, mercury vapors released from dental wastes binds to the mercury binding materials. A self-closing door is on the lid, which automatically closes after each waste disposal. The devices are then replaced and disposed of as hazardous material. 3. This is a BUMED (Bureau of Medicine and Surgery) requirement to dental chairs at Medical Treatment and other dental treatment facilities within all of Navy medicine, both land based and afloat. This separator places these dental chairs into instructional compliance to BUMEDINST 6260.30A. 4. Please reference U.S Patent 7,673,746 B2 (attached) for specific dimensions and requirements of this item. All interested contractors 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. 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 the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 339114. 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 contractor 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 contractors 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: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9:00 a.m. Eastern Standard Time, 29 Aug, 2011. Direct all questions concerning this acquisition to Stephanie Roberts at stephanie.roberts@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBRD1208A001/listing.html)
 
Place of Performance
Address: 3650 Chambers Pass, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02540914-W 20110820/110819000539-7ead5f8728c2bf6f2777a9f1f32b912c (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.