Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2020 SAM #6832
SOURCES SOUGHT

65 -- Anesthesia System Maintenance

Notice Date
8/11/2020 10:39:51 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
FA2823 AFTC PZIO EGLIN AFB FL 32542-5418 USA
 
ZIP Code
32542-5418
 
Solicitation Number
F1T4AS0195AW02
 
Response Due
8/21/2020 2:00:00 PM
 
Archive Date
09/05/2020
 
Point of Contact
Ky A. Larkins, Phone: 8508820360, David A. Jackson, Phone: 8508820358
 
E-Mail Address
ky.larkins@us.af.mil, david.jackson.23@us.af.mil
(ky.larkins@us.af.mil, david.jackson.23@us.af.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR Anesthesia System Maintenance 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. Any information submitted by respondents to this sources sought is voluntary.� 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 providing certification and repair coverage for ten(10) Draeger Apollo Anesthesia Systems at Eglin AFB FL 32542. The following requirements must be met: 1. Services must ONLY be performed by Dr�ger trained technicians, who have evidence of current factory training on the specific device being serviced (Dr�ger Ventilation, Anesthesia, Monitor, or Neonatal Device). The service technician must have completed this training for each specific device by a Dr�ger-Authorized Trainer prior to performing service on said device. 2. Must provide evidence of equipment standards and traceability and final device performance testing that follows and complies with all manufacturer procedural requirements. 3. Must guarantee that safety inspections performed will comply with all applicable federal, state and regulatory requirements, manufacturer standards, and meet FDA alerts and recall requirements. 4. Each technician must be certified on the applicable Dr�ger medical device prior to performing any service and/or maintenance on Dr�ger manufactured equipment. 5. Must maintain continuous access to the Dr�ger ServiceConnect license, which provides all of the relevant and up-to-date Technical Documentation, information, and service software for Dr�ger. Failure to utilize the Propriety Software may result in the inability to identify equipment operating parameters and to accurately calibrate the equipment products. 6. Must guarantee execution of all Manufacturer Service Recommendations during each service event, using only manufacturer maintenance and repair parts. Failure to utilize original manufacturer parts may result in the improper operation of the equipment. Feedback, questions, and comments regarding the above capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC), not to exceed 10 pages, 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 FBO.�� Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.� This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. 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 � 339112 (Surgical and Medical Instrument Manufacturing) and Size Standard - 1000.� 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 4:00 p.m. (CST) on 21 August 2020.� Direct responses and/or questions to Ky Larkins by email at ky.larkins@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. All responsible sources may submit information that shall be considered by the agency.� If late information is received, it may be considered, depending on agency time constraints.� All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.� The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.� Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in beta.sam.gov separately.� Responses to this sources sought will not be returned.� The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.� No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.� In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought.� Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor�s proprietary information.� These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. 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 Primary Point of Contact: ����������������������������������������� Secondary Point of Contact: Ky A. Larkins� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � David A. Jackson Contract Specialist� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Contracting Officer Ky.larkins@us.af.mil��������������������������������������������������������david.jackson.23@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/449f44d49bfa41148a0e4884293dc7c9/view)
 
Place of Performance
Address: Eglin AFB, FL 32542, USA
Zip Code: 32542
Country: USA
 
Record
SN05753847-F 20200813/200811230152 (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 |
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.