SOURCES SOUGHT
36 -- Sources Sought: 120 LPM Medical Oxygen Generator System (single award IDIQ)
- Notice Date
- 4/1/2015
- Notice Type
- Sources Sought
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-R-0005
- Response Due
- 4/17/2015
- Archive Date
- 5/31/2015
- Point of Contact
- Lisa Zarick, 301-619-2336
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(lisa.m.zarick.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought announcement for market survey to be used for planning purposes and to obtain information regarding the availability and capability of qualified businesses under the size classification relative to the North American Industry Classification (NAICS) code for the proposed acquisition. This is not a solicitation for proposals, proposal abstracts, or quotations and no contract will be awarded from this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified of the results of the evaluation. 1.Contract Information: The U.S. Army Medical Research Acquisition Activity (USMRAA) on behalf of the U.S. Army Medical Materiel Agency (USAMMA), 693 Neiman Street, Fort Detrick, MD 21702-5001, has reoccurring requirements for the purchase of 120 LPM Medical Oxygen Generator Systems (MOGS). The system required by the United States Army must be a Food and Drug Administration (FDA) approved system at the time the first Delivery Order is place (estimated Spring 2016). Additionally, this system must be capable of providing 93% United States Pharmacopeia (USP) oxygen at 120 Liters Per Minute (LPM) to deployed medical facilities via the Patient Oxygen Distribution System (PODS - NSN 6530-01-447-4932), Surgical Oxygen Distribution System (SODS - NSN 6530-01-447-4928), and shall also be able to fill oxygen cylinders to 2,250 psi. The required system must be able to stand up to the environmental extremes encountered in a deployable environment. 2.The government intends to award a single Indefinite Quantity IDIQ contract, with a 12 month base year and four (4) 12 month option periods. Interested sources should respond to the questions presented within this announcement (see item# 5 or the attachment to this Sources Sought Notice by following the Additional Documentation link below) in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine the acquisition strategy for this requirement. The Government does not intend to rank submittals or provide any reply to interested firms. 3.Project Information: The objective of this upcoming action is to purchase 120 LPM MOGS units in support of USAMMA as well as the entire DOD medical community. Therefore, the Government seeks to establish a contract instrument to reduce the delivery time and obtain discounts for bulk orders. The Government is able to accept any Medical Oxygen Generator System that meets all of the required specifications. Therefore, the Government is seeking information from interested vendors to include specifications of available products to better understand the available systems in the market place. Contractor Requirements: Upon award of contract, the contractor shall furnish 120 LPM MOGS units when ordered by the contracting officer or a designated ordering officer from the date of award through the ordering period. Additionally, limited replacement accessories such as Tool Kits may be ordered, as required. The MOGS units must be FDA approved as a medical device. See the attached quote mark MECs quote mark document for the current list of required specifications. 4.Request for Information under Sources Sought Notice: This sources sought announcement is open to small businesses only. The Government is seeking to identify qualified sources under NAICS code 333912, Air and Gas Compressor Manufacturing (size standard: 500 employees). Interested firms should submit a response via email to lisa.m.zarick.civ@mail.mil no later than 17 April 2014 that addresses all questions in the sources sought questionnaire below (see item #5 below or the attachment to this Sources Sought Notice by following the Additional Documentation link below) and include the requested documentation. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. No hard copy or facsimile submissions will be accepted. Questions concerning submissions should be directed to Ms. Lisa Zarick, Contract Specialist at lisa.m.zarick.civ@mail.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. 5.Sources Sought Questionnaire: a. What is your company's name? Business address? And Primary point of contact for this requirement (please provide phone number and email address). What is your company's CAGE code? b. Is your company a small business, certified 8(a) business, certified HUBZone business, woman-owned small business, and/or service-disabled veteran-owned small business? (Specify all that apply.) c. The Government plans to include a requirement to submit a demonstration unit/sample (at no cost to the Government) as part of the technical evaluation portion of the solicitation. This demonstration unit/sample will be tested by the Government for a period of 30 days to complete certification of device configurations. The demonstration unit/sample will be subjected to extremes of the environment including heat, sun loading, dust, sand, and rain. All functions of the system will be exercised including low pressure flow and cylinder filling operations. The system will run 24 hours a day for the entire 30 day period. Each system will be powered down and restarted at least once per day. Other system requirements will be verified before, during, and/or after the system operating periods. Any system failures will be investigated, repaired and documented. i.Would this requirement to submit a demonstration unit/sample (at no cost to the Government) affect your willingness to submit a proposal in response to a solicitation for an Indefinite Delivery Indefinite Quantity contract? ii.What is the anticipated lead time to provide this demonstration unit/sample to the Government (i.e. 30 days, 6 weeks, etc.)? The location of testing is currently unknown but will be identified in the solicitation. d. Please provide product literature for the 120 LPM Medical Oxygen Generator System that meets the required specifications (as listed in the attached quote mark MECs quote mark document). This information may be reviewed by the Government to improve the requirements of the solicitation. PROPOSALS ARE NOT REQUESTED AT THIS TIME AND WILL NOT BE CONSIDERED. Submitting entities should review FAR 3.104 and FAR subpart 24.2 which sets forth the Government's obligations to protect information submitted in response to this RFI. Pursuant to FAR 15.201(f), information to be provided by the Government in a public forum to a potential respondent in response to such respondent's request must not be disclosed if doing so would reveal the potential Respondent's confidential business strategy, and is protected under FAR 3.104 or FAR subpart 24.2. (Nonetheless, Respondents should properly mark their responses if the information is confidential). Contracting Office Address: U.S. Army Medical Research Acquisition Activity 820 Chandler Street Fort Detrick, MD 21702 Point of Contact(s): Lisa Zarick, lisa.m.zarick.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-R-0005/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN03685533-W 20150403/150401234808-af6a128104188f4e915f9c52d8e7b37a (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 |