Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2016 FBO #5216
SOURCES SOUGHT

65 -- Surgical Implant Items - Sources Sought - Potential Price List

Notice Date
3/3/2016
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
773ESS-Surgical-Implant-Sources-Sought
 
Point of Contact
Ashley M. Grant, , Aziz Tetou,
 
E-Mail Address
Ashley.Grant.1@us.af.mil, Aziz.Tetou@us.af.mil
(Ashley.Grant.1@us.af.mil, Aziz.Tetou@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft listing only, may change in the future. The sources sought document is being attached to make it easier for companies to fill in the required data. SURGICAL IMPLANTS SOURCES SOUGHT The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to provide surgical materials for Medical Treatment Facilities located throughout the continental United States and overseas. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements. It does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Further, the 773rd Enterprise Sourcing Squadron (ESS) is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOps website for additional information pertaining to this sources sought notice. INSTRUCTIONS: 1. The document below provides a description of the requirement along with a Contractor Capability Survey, which affords an opportunity to provide your company's capabilities. 2. If after reviewing these documents you desire to participate in the market research, please respond to the Contractor Capability Survey to document your company's capabilities in meeting these requirements. Failure to provide a complete response may result in the Government being unable to adequately assess your capabilities. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are also encouraged. Questions relative to this market survey should be addressed via email to SSgt Ashley M. Grant, Ashley.Grant.1@us.af.mil and TSgt Aziz Tetou, Aziz.Tetou@us.af.mil. Verbal questions will NOT be accepted. Questions received after 4:30 P.M. EST on 13 Mar 2016 will not be accepted/answered.   PROGRAM DESCRIPTION This effort is to establish contracting vehicles for the acquisition of surgical implants for all Medical Treatment Facilities located throughout the continental United States and overseas. The Air Force is looking for companies who have the ability to provide a variety of surgical implants in the following areas; Cardiac, Spine, Orthopedic, Sports Medicine and Dental. REQUIREMENTS: Items that will potentially be included in the Blanket Purchase Agreement are listed in Attachment 1 of this posting. Firms responding must indicate in the attached spreadsheet which products they offer. Companies can do so by marking on X in the column entitled "product offered by company?" next to all of the items that are applicable. Firms responding must also indicate I they are the manufacturer or distributer of the products they offer. Companies can do so by marking on M (manufacturer) or D (Distributor) in the column entitled "Manufacturer or Distributor" next to all of the items that are applicable.   CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code 339113: 500 employees Based on the above NAICS Code, state whether your company is: o Small Business (Yes / No) o Woman Owned Small Business (Yes / No) o Economically-Disadvantaged Women-Owned Small Business (Yes / No) o Small Disadvantaged Business (Yes / No) o 8(a) Certified (Yes / No) o HUBZone Certified (Yes / No) o Veteran Owned Small Business (Yes / No) o Service-Disabled Veteran-Owned Small Business (Yes / No) *All interested contractors must be registered in the System for Award Management (SAM) at www.SAM.gov in order to be eligible for award of Government contracts. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. • A statement as to whether your company is domestic or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will be able to provide listed items in both emergency and scheduled surgery environments. Part II. Capability Survey Questions 1. Are there established market prices for our requirement? If you offer these products to both the 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. 2. Describe your standard warranty and return process for goods furnished to the Government. If your company is interested, e-mail your responses to SSgt Ashley Grant, Ashley.Grant.1@us.af.mil and TSgt Aziz Tetou, Aziz.Tetou@us.af.mil. All responses must be received no later than 1:00 PM EST on 18 March 2016. All responses must be UNCLASSIFIED, no classified material will be accepted or considered with this Sources Sought Synopsis. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cac6f441c8515aad5a11068b1c50668f)
 
Place of Performance
Address: Air Force Wide, United States
 
Record
SN04038329-W 20160305/160303235222-cac6f441c8515aad5a11068b1c50668f (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.