Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2012 FBO #3907
SOURCES SOUGHT

J -- Medical Manikin Maintenance Agreement - Performance Work Statement: ECS, HPS, iStan, and MMP Medical Manikins

Notice Date
8/3/2012
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0245(sources)
 
Archive Date
8/28/2012
 
Point of Contact
Kelsy L. Perry, Phone: 9372575799
 
E-Mail Address
kelsy.perry@wpafb.af.mil
(kelsy.perry@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement: ECS, HPS, iStan, and MMP Medical Manikins SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing semi-annual preventative maintenance (PM) visits, telephone and email support, emergency diagnostic and repair visits, and software updates for the United States Air Force School of Aerospace Medicine's (USAFSAM) Centers for Sustainment of Trauma and Readiness Skills (C-STARS) in Baltimore, St. Louis, and Cincinnati, and for the Wright-Patterson AFB (WPAFB) Initial Contingency Response Team (ICRT) on the following medical manikins: Location: C-STARS Baltimore Model ECS912, Quantity 1 Model HPS440, Quantity 1 Location: C-STARS St. Louis Model ECS1456, Quantity 1 Model HPS383, Quantity 1 Model HPS490, Quantity 1 Model HPS583, Quantity 1 Model PHPS642, Quantity 1 Location: C-STARS Cincinnati Model iStan085, Quantity 1 Model HPS558, Quantity 1 Model HPS589, Quantity 1 Location: WPAFB ICRT Model iStan053, Quantity 1 Model iStan152, Quantity 1 Model MMP080, Quantity 1 Model MMP 081, Quantity 1 Firms responding shall specify that their services meet the specifications provided below and provide detailed service 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 maintenance must meet the attached draft performance work statement (PWS), titled "Performance Work Statement: ECS, HPS, iStan, and MMP Medical Manikins" dated 2 August 2012. All interested firms shall submit a response demonstrating their capabilities to provide the requested services 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 annual revenue is not to exceed $19.0 million. NAICS Code to be used for this acquisition is 811219. 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: kelsy.perry@wpafb.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PKOAA POC: Kelsy Perry, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 Noon Eastern Time, 13 August 2012. Direct all questions concerning this acquisition to Kelsy Perry at kelsy.perry@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0245(sources)/listing.html)
 
Record
SN02826874-W 20120805/120803235904-dbb24a91234287a584f6b436223b0c18 (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.