Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2015 FBO #4802
SOURCES SOUGHT

65 -- Provide Deployable Oxygen Generation System – Medium (DOGS-M)

Notice Date
1/15/2015
 
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
FA7000-15-D-XXXX
 
Archive Date
2/14/2015
 
Point of Contact
William Clearwater, Phone: 7193336572, ,
 
E-Mail Address
william.clearwater@usafa.af.mil,
(william.clearwater@usafa.af.mil, /div)
 
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 the upcoming acquisition for the United States Air Force Academy. DO NOT submit a quote or proposal in response to this synopsis. The Infrastructure Flight, 10th Contracting Squadron (10 CONS), USAF Academy (USAFA), Colorado, seeks information concerning firms interested, to include small business socio-economic categories capable and qualified of providing the Deployable Oxygen Generation System - Medium (DOGS-M) for the Air Force Medical Service (AFMS). 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. Small Business (SB) Set-Aside Determination: The 10 CONS reserves the right to determine if a SB set-aside is appropriate 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) 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, and Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of 12 months and four (4) twelve month options. The program contract ceiling will not exceed $10,000,000 for all orders. There is a minimum quantity guarantee of $5,000 which will be issued at contract award. Exact quantities and sizes will be identified on individual delivery order. Delivery is FOB Destination as identified on each individual delivery order, typicllay AFMOA in San Antonio, Texas. Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. The minimum DOGS-M unit salient characteristics are: Minimum Essential Performance Characteristics a. System shall produce > 120 LPM of oxygen, USP 93% +/- 3% b. Operating Pressure shall be able to be regulated between 50 pounds per square inch (psi) and 100 psi. c. System shall be able to fill ‘D', ‘E', ‘M', and ‘H' size oxygen cylinders (correct adapters must be provided) to 2250 psi. d. Shall operate on alternating power current 110-220 VAC, 50/60 Hz, single-phase OR 208-220 VAC, 50/60 Hz, three-phase power without sensitivity to fluctuating power sources. e. System shall be able to simultaneously fill cylinders and provide patient oxygen. Priority shall be given to providing the patient oxygen. f. System shall operate continuously, 24-hours per day, 7 days a week. g. After start-up, the maximum power draw shall be 12 kW. h. Full system shall not exceed a maximum weight of 4000 pounds (lbs). i. The system shall be able to be directly picked up by a 6K standard forklift. j. The system shall allow for 2 units to fit on a standard 463L pallet (usable area 108"L x 84"H x 88"W) to be loaded into a C-130. k. The system shall be FDA approved. l. System shall have the capability to evacuate high pressure oxygen cylinders to 25 inches mercury vacuum. m. System shall be provided with an accessory kit consisting of LP & HP oxygen hoses (minimum length of 20 feet) and necessary fittings for filling oxygen cylinders. n. System shall be provided with a tool kit consisting of oxygen-clean equipment and consumables necessary for organic level repair and maintenance. o. System shall have a built-in test (BIT) for failure diagnostics, providing the operator with fault indicators and audible visual alarms. p. The BIT shall include a communication port to interface with a laptop computer for diagnostics. q. The system shall have distinguishable audible and visual alarms for low oxygen purity and pressure. r. The system shall have distinguishable audible and visual alarms when the power is interrupted. s. The system shall be equipped with an internal usage clock to track hours of operation and shall also notify the user with regular maintenance notifications. t. When operated within the last 30 days and the ambient temperature exceeds 32oF, the system shall begin to produce oxygen to specification within 90 minutes. u. After being idle for more than 30 days, or when the ambient temperature is 32oF or below, the system shall begin to produce oxygen to specification within 90 minutes. v. The system will be a single component system and the total cubic volume of the unit shall not exceed 75 cubic feet. Interfaces a. The oxygen ports shall accept DISS oxygen hoses. b. The system shall be compatible with standard DoD 100kW generator, incorporating a 60 amp class L electrical power connector, part number MS 90556-C32413P. c. The system shall interface with the low-pressure Patient Oxygen Distribution System (PODS) (uses Swagelok QC series quick-connect) via hoses provided with the system. d. The system shall interface with the high pressure Hospital Oxygen Backup System (HOBS) (uses Swagelok QTM series quick-connect) via hoses provided with the system. Natural Environment a. The system shall be capable of operating in relative humidity levels up to 94% at 85degrees F. b. The system shall be capable of operating after storage temperatures of -40oF to 160oF. c. The system shall be capable of operating in ambient temperatures of -25oF to 130oF. Induced Environment a. The system shall be capable of operating after exposure to transport vibrations from aircraft, truck, trailer and track vehicle transportation Reliability and Maintainability a. The system shall have a mean time between failures (MTBF) of not less than 2,880 hours. b. The system's mean time to repair (MTTR) shall be no greater than 1.5 hours at an organizational-level repair facility. Human Systems Engineering a. In steady use state, the system shall be no louder than 80 decibels (db), at a distance of 1 meter from the system. b. The peak noise level shall not exceed 85 db during any periodic increase in noise over the steady state level. c. The system shall comply with MIL-STD 1472F Design Criteria Human Engineering. d. The system shall be operable by a single Air Force Biomedical Equipment Repair Technician (BMET). e. The system shall be able to be calibrated and maintained by an Air Force BMET. f. Repair parts for the unit shall be offered for purchase to maintain the unit at the unit level. g. The system shall be operable by an Air Force BMET wearing full Mission-Oriented Protective Posture (MOPP) gear. h. The system shall be operable by an Air Force BMET wearing cold weather clothing to include standard military issue gloves or mittens. Safety a. The system shall comply with safety standards applicable to medical equipment and oxygen systems. b. The system shall comply with applicable sections of IEC 60601-1 and other applicable commercial and industry standards for the manufacture and use of oxygen generation systems (Compress Gas Association/ASTM International). c. The system shall have markings and labeling meeting the MIL-STD-130L. d. The disposal of any of the system components shall not pose a threat to the environment. e. No single fault condition of the system shall pose any safety hazard. f. The system shall be equipped to protect the patient in the event of a sieve dusting. g. The system shall not pass carbon monoxide through the delivery device. All potential offerors are reminded, in accordance with Federal Acquisition Regulations (FARS) 52.204-7, System for Award Management (SAM), lack of registration in the SAM will make an offeror ineligible for contract award. All businesses capable of providing these DOGS-M units are invited to respond. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; c. Date of business type certification and company's business size; d. Annual gross revenue, number of full-time employees by direct labor, indirect labor, and administrative/overhead positions; e. Company's primary source of business (commercial/private or Government sector); Interested parties may also provide feedback concerning the following: a. Is this the appropriate NAICS code? If not, please identify which code is appropriate? b. Are you a manufacturer or do you subcontract the work? c. What is your lead-time for manufacturing? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What are your standard packaging and marking requirements? g. Do you have a quality control process in place? If so, explain your process. h. What would you consider "risk" on the contractor's part for this acquisition? i. If you are a large business, do you have a subcontracting plan? Is it a commercial subcontracting plan? Have you met your subcontracting goals? If not, are there subcontracting opportunities for small businesses? j. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. k. Do any of the salient characteristics limit competition? l. Are there any aspects of this requirement which are not consistent with current industry practices? m. Add any questions specific to the acquisition not included above. Provide responses not later than 4:00 pm Mountain Daylight Time on 30 January 2015. The 10th Contracting Squadron is under no obligation to consider information received after 4:00 pm (MDT), 30 January 2015, as part of the formal market research for this acquisition. Submissions shall be limited to fifteen pages, a page is defined as one side of an 8.5 x 11 sheet of paper. 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 marked "PROPRIETARY INFORMATION." An electronic email response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Email responses to William Clearwater, Contracting Officer at william.clearwater@us.af.mil This is only a Sources Sought Notice 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), Ms. Kelly Snyder is appointed as the USAFA Ombudsman. The USAFA Ombudsman contact information is: 10 CONS/CD (Ms. Kelly Snyder), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719-333-2074, FAX: 719-333-9018. Email Address: Kelly.Snyder@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-D-XXXX/listing.html)
 
Place of Performance
Address: See description, United States
 
Record
SN03617375-W 20150117/150115234905-84ad8ce51a26fe110c8438c4d0edfc08 (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 |
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.