Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOURCES SOUGHT

65 -- Transfer of RDS-IC/M4

Notice Date
3/17/2016
 
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, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
MedEquipTransfer
 
Archive Date
4/7/2016
 
Point of Contact
Jason Ward, Phone: 8508823349, Christopher K. Slater, Phone: (850) 882-0197
 
E-Mail Address
jason.ward.9@us.af.mil, christopher.slater.1@us.af.mil
(jason.ward.9@us.af.mil, christopher.slater.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR TRANSFER OF RDS-IC/M4 SYSTEM THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION. This is sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida, is seeking potential sources capable of transferring Medical Equipment from Naval Medical Center - San Diego, CA to Eglin AFB FL. This requirement will entail the following six (6) steps for all medical equipment/subparts listed below. 1) Remove all medical equipment at Naval Medical Center - San Diego CA 2) Transport all equipment to Eglin Air Force Base Medical Treatment Facility (MTF) 3) Modify Eglin's MTF for equipment to work in the facility 4) Once Transported contractor will re-install all transported equipment at Eglin's MTF 5) Provide training on use of equipment to Eglin's MTF Staff 6) Certify/Guarantee equipment is fully operational and working properly once installed at Eglin's MTF Medical Equipment: RDS-IC/M4 System Consisting Of • Robotic/Conveyor Component Pacakge (1 Ea) o Multi-Axis Robot (FANUC) (1 Ea) o Vial Supply System III (Supports 3 Vial Systems) (1Ea) o Print & Apply Label System (1 Ea) o Pneumatic Vial Delivery System (Supports 1 ROBOTx Destination) (1 Ea) o ROBOTx RDS Housing Assembly Enclousure (1 Ea) o T&C Dispenser Cabinet (1 Ea) o RDS Tote Conveyor System (1 Ea) • RDS Filling/Verification/Packaging Workstation (CPU Only) (15 Ea) • Custom Base Workstation (CPU Only) (13 Ea) • Touch Screen Monitors (13 Ea) • Order Entry Conversion Kit (Script Imager Scanner Plus Zebra Printer to an Existing Base Workstation) (11 Ea) • Signature Capture Kit w/o BC Scanner (12 Ea) • Dispenser Model 4 (360 Ea) • Dispenser Model 4 Spare (10 Ea) • Plastic RFID Totes (75 Ea) • System Server: R410, Cold Spare (1 Ea) • Rx Vault-1800/ Full Tower-One Size Bottle-Hardened Steel Cover Doors (1 Ea) • RxSafe Controller/ Operates up to (5) Towers-Peripherals Included (1 Ea) Feedback, questions, and comments regarding the above technical capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC) showing the company's ability to fulfill the requirement described above. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS- 423450, Size Standard- 500. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses are requested no later than 23 March 2016. Direct responses and/or questions to TSgt Jason Ward by email at Jason.ward.9@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. Contracting Office Address: Place of Performance: AFTC/PZIOA 96 MDG/SGSLA 308 West D Ave, Ste 130 307 Boatner Road Ste 1 Eglin AFB, Florida 32542 Eglin AFB, Florida 32542 United States United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74d1200927d266e920b3e66e6ea540c7)
 
Record
SN04053543-W 20160319/160317234609-74d1200927d266e920b3e66e6ea540c7 (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.