Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2021 SAM #7263
SOURCES SOUGHT

65 -- Centurion Vision System

Notice Date
10/18/2021 10:12:38 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601A018923
 
Response Due
10/25/2021 2:00:00 PM
 
Archive Date
10/25/2021
 
Point of Contact
Molly Kiser, Shannon Scott, Phone: 9375224632
 
E-Mail Address
molly.kiser@us.af.mil, shannon.scott.4@us.af.mil
(molly.kiser@us.af.mil, shannon.scott.4@us.af.mil)
 
Description
Sources Sought: Centurion Vision System� SOURCES SOUGHT SYNOPSIS� *This is not a Solicitation* This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing a centurion vision system manufactured by Alcon Laboratories for the ophthalmology department of the 88th Medical Treatment Facility (MTF) at Wright-Patterson Air Force Base.� TECHNICAL REQUIREMENTS� See Attachment 1 �Statement of Work�� As a reminder, these are draft salient characteristics and technical requirements which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 339112 � Surgical and Medical Instrument Manufacturing with a size standard of 1,000 employees. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. �All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. �No set-aside decision has been made. �Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. � � Any information submitted by respondents to this sources sought synopsis is voluntary. �This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. �Respondents will not be individually notified of the results of any Government assessments. �The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.� INSTRUCTIONS: �The information below provides a �Contractor Capability Survey� to allow you to document your company�s capabilities in meeting these requirements. 2. �If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. �Response format and due date information is specified at the bottom portion of this notice. �Failure to provide a complete response 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. Questions relative to this market survey should be addressed via email to Ms. Molly Kiser, AFLCMC/PZIBA, at molly.kiser@us.af.mil. �CONTRACTOR CAPABILITY SURVEY: �� �Part I. �Business Information: �� �Please provide the following business information for your firm: ?�� �Company/Institute Name: ?�� �Address: ?�� �Point of Contact: ?�� �CAGE Code: ?�� �Phone Number: ?�� �Email Address: ?�� �Web Page URL: �� �Based on the North American Industry Classification System (NAICS) code for this requirement is 339112- Surgical and Medical Instrument Manufacturing with a size standard of 1,000 employees, please circle Yes or No as to whether your company is: ?�� �Small Business�� ��� ��� ��� ��� ��� ��� �(Yes / No) ?�� �Small Disadvantaged Business�� ��� ��� ��� ��� �(Yes / No) ?�� �8(a) Certified�� ��� ��� ��� ��� ��� ��� �(Yes / No) ?�� �HUBZone Certified�� ��� ��� ��� ��� ��� �(Yes / No) ?�� �Veteran-Owned Small Business�� ��� ��� ��� ��� �(Yes / No) ?�� �Service-Disabled Veteran-Owned Small Business�� ��� �(Yes / No) ?�� �Women-Owned (WO)�� ��� ��� ��� ��� ��� �(Yes / No) ?�� �Economically Disadvantaged Women-Owned Small Business�� �(Yes / No) ?�� �Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership). ?�� �Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. ?�� �Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. ?�� �Please provide information about the firm�s standard warranty. ?�� �Please provide recent sales history to commercial companies in order to determine commerciality. ?�� �Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice.� At this time the following non-commercial clauses are being considered for inclusion in the solicitation package: 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 52.232-39, 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 Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.225-7002, Qualifying Country Sources as Subcontractors 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) �� �Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: �The acquisition strategy for this requirement has not been decided; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of providing the analog to digital converter, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. �Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. �If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. �Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. �� �Attention All potential respondents: �If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. �Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. �� �Part II. Capability Survey Questions: 1. �Name of country where the components of the mercury vapor analyzer are manufactured. 2. �Describe briefly the capabilities of your facility and the nature of the services you provide. �Include a description of your staff composition and management structure. 3. �Describe your company's past experience on previous projects similar in complexity to this requirement. �Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 4. �Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. �Are there established market prices for our requirement? �If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? �Is our requirement offered to both under similar terms and conditions? �Briefly describe any differences. 6. �Describe your standard warranty and return process for goods and services furnished to the Government for items similar in nature to this requirement. CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. �As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. �The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. �The decision to solicit for a contract shall be solely within the Government�s discretion. � Responses are limited to 5 pages and may be submitted electronically to the following email address: molly.kiser@us.af.mil in a Microsoft Word compatible format to be received no later than 1700 , EST, 25, October, 2021. �Direct all questions concerning this acquisition to Ms. Molly Kiser at molly.kiser@us.af.mil. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads �Centurion Vision System.� If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. �Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. �Attachments with files ending in .zip or .exe are not allowable and will be deleted. �Ensure only .pdf, .doc, or .xls documents are attached to email. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a26e746f4ea4d45992cceef0a44c9af/view)
 
Place of Performance
Address: Wright Patterson AFB, OH, USA
Country: USA
 
Record
SN06159682-F 20211020/211018230116 (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.