SOURCES SOUGHT
65 -- EpiShuttle Patient Transport
- Notice Date
- 11/17/2020 6:13:56 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- EpiShuttle
- Response Due
- 12/2/2020 10:00:00 AM
- Archive Date
- 12/17/2020
- Point of Contact
- Karlye Keil, Elizabeth M. Ruckwardt, Phone: 6182569968
- E-Mail Address
-
karlye.keil@us.af.mil, elizabeth.ruckwardt.1@us.af.mil
(karlye.keil@us.af.mil, elizabeth.ruckwardt.1@us.af.mil)
- Description
- *THIS IS FOR MARKET RESEARCH PURPOSES ONLY - THIS IS NOT A REQUEST FOR QUOTE REQUEST FOR INFORMATION The United States Air Force, 763d Enterprise Sourcing Squadron (763 ESS) is seeking sources for the contemplated contract for Headquarters Air Mobility Command�s (HQ AMC) /SGXM. CONTRACTING OFFICE ADDRESS:� 763 ESS, 510 POW/MIA Drive, Suite 1004, Scott AFB, IL 62225 INTRODUCTION: This is a Sources Sought to determine the availability and technical capability of industry to provide two EpiShuttle transport units, interface and to allow for questions/comments regarding this requirement. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND HQ AMC/SGXM requires operational testing and evaluation of the LifePort EpiShuttle and EpiShuttle SLS Adapter to determine the feasibility of this device to meet the need for single-person isolation and transportation of High Consequence Infectious Disease (HCID) patients. DESCRIPTION Contractor will provide two EpiShuttle Patient Transport Units (AS01). Complete and ready for use. The EpiShuttle total system will include (for each unit): �CleanAir Chemical 2F Blower with spare battery and Charging System Four (4) A2P3 Filters Eight (8) EpiPort 200 access ports (6 gloves, 1 waste bag, 1 sluice bag) Two (2) EpiPort 150 access ports (1 ventilator sleeve, 1 medical port) Contractor will provide two (2) EpiShuttle Stretcher Interfaces (ST1-702-03). Each interface includes: Interface hardware and structural report for the brackets allowing the EpiShuttle to be secured to the USAF Stanchion Litter System (SLS) platform. Provided devices will include the following design modifications: Cargo rings with same diameter as C-130 floor cargo rings will be added below the current LifePort logos. The EpiShuttle Oversized Litter (OSL) Frame handles will be modified to improve the grip by increasing the length of the handles approximately 2-3 inches. Exact length to be determined by Contractor. PRODUCT TESTING SUPPORT SERVICES Contractor will provide a subject matter expert for on-site support of USAF Safe-to-Fly/Air Worthiness testing at a time to be determined by the testing laboratories. Contractor will be required to travel to up to two (2) locations as required for completion of operational testing. Travel and any associated travel expenses will be provided by Contractor. Note: Restrictions on travel due to the ongoing CoVID-19 crisis may require alternative methods of communication including teleconferences and video teleconferences and Contractor must be prepared to support this alternate mediums. �DELIVERY SERVICES Products described will be delivered to AMC/SGXM at Scott AFB, IL for review and approval.�� Contractor must include delivery costs, shipping containers and any other necessary protective materials for shipping in the initial estimate. Additional shipping locations may be determined as part of the evaluation process. Any additional shipping fees that result of these determinations will remain the responsibility of AMC/SG. REQUIRED CAPABILITIES: The 763 ESS is interested in the identification of capable sources for a contemplated contract to provide all EpiShuttle transport unit and interface necessary to fulfill this requirement on Scott Air Force, IL.� EpiShuttle is a brand name only (BNO) requirement due to the construction of the EpiShuttle compared to competitors.� Funding being used has been re-directed specifically for the sole purpose of procurement and testing of the LifePort EpiShuttle. ��������������������������������������������������������������������������������������������������������� See attached for table detailing�the necessary items needed to successfully provide this requirement. Respondents must identify the percentage of the task that their company can accomplish and include supporting information which demonstrates their capabilities to meet that percentage. Supporting information shall not reiterate the language of the tasks provided in the sources sought, but rather, it shall provide details regarding a company�s capabilities to execute these tasks. Past performance information (commercial or government) that is related to the tasks in the RFI. SPECIAL REQUIREMENTS:� Due to the fact that EpiShuttle is the only hard-sided option, it is essential that the Government procures and tests LifePort EpiShuttle Patient Transports.� Therefore, this brand name only (BNO) of LifePort EpiShuttle is required. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System (NAICS) code for this acquisition is 339112- Surgical and Medical Instrument Manufacturing with a Size Standard of �1,000 employees. �The anticipated PSC is 6515. To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this RFI, interested parties are encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable small businesses, small disadvantaged businesses, service disabled-veteran owned small businesses, women-owned small businesses, HUBZone small businesses, and 8(a) companies. �You should provide information on how you would envision your company�s areas of expertise and those of a proposed JV/partner would be combined to meet the specific requirements contained in this announcement. To make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. �Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS:� Responses should include: Business name and address; Name of company representative and their business title, telephone number, e-mail address; Cage Code; DUNS Number; Anticipated teaming arrangements and CAGE Code (if applicable). Identify any major risks. Any comments/concerns relating to the NAICS Code. Business size and socio-economic status. Interested businesses should submit brief capabilities (Government or commercial) as it relates to supporting the above requirement to include the following: Contract number Title and a brief summary of the objective of the effort Contracting agency or firm (Government or commercial) Value of the contract(s) and Period of Performance Type of contract(s), i.e., fixed price, cost reimbursement, labor hour NAICS code/small business size standard The capability package must be clear, concise, and complete. �The Air Force is under no obligation to provide feedback to a company, or to contact a company for clarification of any information submitted in response to this request.� Any other information deemed useful to the Air Force. Submission Information:� Vendors who wish to respond to this should send responses by e-mail to:� Ms. Karlye Keil Contract Specialist 763 ESS/PKB Karlye.Keil@us.af.mil SUBJECT:� EpiShuttle (618) 256-9842 Verbal responses will NOT be accepted. �Responses must be received by the individual listed above on or before 12:00 P.M. CDT on 2 Dec 20.� Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked �Proprietary� will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All Government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1356d5d8c88437c9bf2a75f29b88d31/view)
- Place of Performance
- Address: Scott AFB, IL 62225, USA
- Zip Code: 62225
- Country: USA
- Record
- SN05855239-F 20201119/201117230150 (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 |