SOURCES SOUGHT
65 -- Medical Equipment
- Notice Date
- 4/28/2016
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-16-R-0008
- Archive Date
- 6/14/2016
- Point of Contact
- Jerry Smith, Phone: 7193338267, William Clearwater, Phone: 719-333-6572
- E-Mail Address
-
jerr.smith.25@us.af.mil, william.clearwater@us.af.mil
(jerr.smith.25@us.af.mil, william.clearwater@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT Notice for market research purposes only in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition for the United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Commodities and Services Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested, to include small business socio-economic categories, in providing all equipment, transportation, materials, supervision, labor and freight for medical equipment components for the Air Force Medical Operations Agency (AFMOA). The requirement includes shipping items to various Air Force medical and dental treatment facilities (MTFs). The objective is to provide cost effective sustainment and alignment of AFMOA's equipment requirements. When applicable, installation may be required for specialized equipment at the local medical facility along with follow-on service. This Sources Sought notice shall not be construed as a formal solicitation or as an obligation on the part of the 10 CONS to acquire any products or services. Information provided to the 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) at a future date. The 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of market research. This sources sought is issued for determining if there are responsive small business concerns capable of meeting the requirement. Interested vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, which must be signed by a company officer with authority to bind the company. The planned North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing. The small business size standard is 500 employees. Contractors are asked to comment on the acceptability of the NAICS code selected. If they believe a different NAICS code is more appropriate, please identify the suggested NAICS code and a brief explanation why is it may be more appropriate. Small Business (SB) Set-Aside Determination: The 10 CONS reserves the right to determine if a SB set-aside, including specific socio-economic programs (HUB Zone, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small businesses), is appropriate based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of this notice. The proposed contract is anticipated to be a firm fixed price, multiple award (a minimum of two awards), Indefinite Delivery Indefinite Quantity (IDIQ) contracts with a base period of one year and four (4) one-year options periods. The program contract ceiling will not exceed $80,000,000 for all orders. A minimum guarantee of $5,000 is expected for each contract. Exact quantities and sizes will be identified on individual delivery orders. Each delivery order will be competed amongst the awardees for the components that are pulled from the Defense Medical Logistics Standard Support (DMLSS) system at certain intervals. Non-personal service requirements include providing all equipment, transportation, materials, supervision, labor and freight to purchase medical equipment components and incidental installation for the AFMOA. Medical equipment components are commercial items that are readily available to all military and civilian treatment facilities. Typically, there are a variety of components that could meet the medical facility's needs (see next paragraph for examples of equipment). MTFs require specific components characteristics due to existing systems configurations, LAN requirements or other reasons. Despite that, there are sufficient components available to meet their needs. Medical equipment components will carry standard industry warranties at a minimum. Additional warranty coverage and services may be purchased when needed. All components will be new and not refurbished. Components include, but are not limited to: surgical and medical instruments such as syringes, surgical clamps, and stethoscopes and surgical appliances and supplies such as surgical dressings, orthopedic devices, and lab equipment and furniture. Other components include ophthalmic goods (prescription glasses, contact lenses) and dental equipment and supplies (autoclaves, drills and dentures). Typically, each MTF submits an unfunded request to AFMOA for consideration in The Integrated Global Equipment Request System (TIGERS) database. If approved, AFMOA loads the funding and the item is tracked in the DMLSS system. The program tracks each individual component, with order, shipment and delivery dates along with cost. The goal is to achieve performance based logistic support for the MTFs. Delivery is FOB Destination and will be identified on each individual delivery order. Delivery may be at any of the 82 Air Force MTFs located throughout the world. IAW this Sources Sought, each firm should describe their company's capability to perform based on a contract(s) of similar complexity and magnitude. Provide rationale for how you can support multiple customers, orders, and products and meet the needs of the AFMOA and all the MTFs. Interested Offerors shall respond to this Sources Sought Synopsis no later than 30 May 2016 (12:00 PM Mountain Time). Qualified sources are required to provide the following information: 1. Company's name, address, point of contact, telephone number and e- mail address. 2. Date of business type certification and Offeror's Business Size. 3. Offerors capability to perform a contract of this magnitude and complexity. Provide a list of ALL RELEVANT projects (projects of a similar size and scope of the proposed project are considered relevant), either Government or commercial, performed within the last three years with a brief description of the project, contract number, project title, dollar amount, timeliness of performance. Include your customer's name (vendor), address, telephone number, email address and points of contact with their phone numbers. Indicate if you were the prime or subcontractor, and, if you were a subcontractor, provide the name and point of contact for the prime contractor. Include percentage of self-performed work, how the work was accomplished, and the performance rating for the work. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be mark ed "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time may result in a contractor being considered "not interested" in this requirement. Point of Contact is: Mr. Jerry Smith, Contracting Specialist, 10 CONS/LGCB, 8110 Industrial Drive Suite 103, USAFA, CO, 80840-2315, phone (719) 333-8267, email: jerry.smith@us.af.mil and Ms. Olivia Gorman, Contracting Officer, 10 CONS/LGCB, 8110 Industrial Drive Suite 103, USAFA, CO, 80840-2315, phone (719) 333-3587, email: olivia.gorman@us.af.mil. This is only a Sources Sought Notice for market research purposes only and is NOT a Request for Proposal (RFP) or Request for Quotation (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with FARS Part 52.204-7, contractors must be registered in the System for Award Management (SAM) to be eligible for award. Register at https://www.sam.gov/portal/public/ SAM/#1. Any future information on this acquisition (statement of work, specifications, solicitation, etc.) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Bill Wolski at 719-333-4561. Pursuant to AFFARS Part 5301.9102(c), Mr. James Anderson is appointed as the USAFA Ombudsman. The USAFA Ombudsman contact information is: 10 CONS/CD (Mr. James Anderson), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719-333-2074, FAX: 719-333-9018. Email Address: james.anderson.72@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-R-0008/listing.html)
- Record
- SN04098147-W 20160430/160428234410-009365172fcec98f00f9075807f6edcc (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 |