SOURCES SOUGHT
65 -- Integrated Operating Room
- Notice Date
- 3/18/2020 8:33:25 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA8601-IOR
- Response Due
- 3/26/2020 11:00:00 AM
- Archive Date
- 04/10/2020
- Point of Contact
- Nichole Knell, Phone: 937-522-4501, Kyle Wheat
- E-Mail Address
-
angela.knell.1@us.af.mil, kyle.wheat@us.af.mil
(angela.knell.1@us.af.mil, kyle.wheat@us.af.mil)
- Description
- The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: �This Sources Sought is issued solely for information and planning purposes. �In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. �The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet 88 SGC/SGCS requirement. �It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. �Furthermore, 88 SGC/SGCS is not at this time seeking proposals, and will not accept unsolicited proposals. �Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. �Please be advised that all submissions become Government property and will not be returned. �All costs associated with responding to this sources sought will be solely at the responding party�s expense. �Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. �In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �It is the responsibility of the interested parties to monitor this beta.SAM website for additional information pertaining to this source sought. INSTRUCTIONS: 1.�� �Below is a document containing a description of the requirements and a Contractor Capability Survey, which allows you to provide your company�s capabilities. 2.�� �If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. �Failure to provide documentation may result in the government being unable to adequately assess your capabilities. �If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3.�� �Both large and small businesses are encouraged to participate in this Market Research. �Joint ventures or teaming arrangements are encouraged. 4.�� �Questions relative to this market survey should be addressed via email to Nichole Knell (AFLCMC/PZIBA), angela.knell.1@us.af.mil �no later than 2:00 pm EST on 26 March 2020. Verbal questions will NOT be accepted.� PROGRAM DESCRIPTION The 88th Medical Treatment Facility (MTF) located at Wright -Patterson AFB, OH requires an end-to-end solution for 11 Integrated Operating Rooms and Two Central Workstations. The Operating Room supports an average of 300 cases per month and the Hybrid Interventional Radiology suite averages 10 cases per month. The government requires replacement of surgical lights and booms in the operating room suite at Wright-Patterson Medical Center. This boom system must also facilitate integration of endoscopic surgery components commonly used in laparoscopic and arthroscopic procedures.� Please see the attached Statement of Objectives (SOO) for specific solution requirements.� REQUIREMENTS PLEASE SEE ATTACHED STATEMENT OF OBJECTIVES FOR MORE DETAILS.� WARRANTY Free from defects in material and workmanship, under normal and proper use in accordance with instructions in the maintenance manual, for the period of time of one year after receipt. CONTRACTOR CAPABILITY SURVEY Part I. �Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: ��� �Company/Institute Name: ��� �Address: ��� �Point of Contact: ��� �CAGE Code: ��� �Phone Number: ��� �E-mail Address: ��� �Web Page URL: -�� �Size of business pursuant to North American Industry Classification System (NAICS) Code: � 339112: Surgical and Medical Instrument Manufacturing Based on the above NAICS Code, state whether your company is:� Small Business, (Self-Certified or Third Party Certified�� ��� ��� ��� �(Yes / No) Small Disadvantaged Business, (Self -Certified or Third Party Certified�� ��� �(Yes / No) Woman Owned Small Business, (Self -Certified or Third Party Certified�� ��� �(Yes / No) Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified�� ��� �(Yes / No) 8(a) Certified, (Self -Certified or Third Party Certified�� �(Yes / No) HUBZone Certified, (Self -Certified or Third Party Certified�� ��� ��� �(Yes / No) Veteran Owned Small Business, (Self -Certified or Third Party Certified�� ��� �(Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. � ��� �A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). ��� �Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. ��� �Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice.� FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.252-1, Solicitation Provisions Incorporated by Reference� FAR 52.252-2, Clauses Incorporated by Reference� FAR 52.252-5, Authorized Deviations in Provisions� FAR 52.252-6, Authorized Deviations in Provisions in Clauses� DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights� DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252-225-7048, Export-Controlled Items DFARS 252-243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman� AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations �� �� � ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: � No set asid date, time and location will be posted in the solicitation. The point of contact for this project is Eric Sweatt, Contracting Officer, NCO 10 Contracting Office. The P.O.C. may be reached via e-mail at eric.sweatt@va.gov or via telephone at (317) 988-1511.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bc39f3b5ce0e48b88679e0aa7e817c05/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05593747-F 20200320/200318230225 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |