SOURCES SOUGHT
36 -- Non-developmental Deployable Oxygen Generating System -Small, Production
- Notice Date
- 6/1/2016
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- WNUK-16-006
- Archive Date
- 7/16/2016
- Point of Contact
- Rebecca A. Koesters, Phone: 9379043683, Michelle D Brinkman, Phone: 937-938-3748
- E-Mail Address
-
rebecca.koesters@us.af.mil, Michelle.Brinkman@us.af.mil
(rebecca.koesters@us.af.mil, Michelle.Brinkman@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Non-developmental Deployable Oxygen Generating System - Small, Production Sources Sought Number: WNUK-16-006 Agency: Department of the Air Force Office: Air Force Life Cycle Management Center (AFLCMC) Location: Wright Patterson Air Force Base NAICS code: 333999, All Other Miscellaneous General Purpose Machinery Manufacturing, Size Standard: 500 employees Synopsis: The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU), Wright Patterson Air Force Base, intends to award Firm Fixed Price contract, for Deployable Oxygen Generating System-Small (DOGS-S) for the United States Air Force. Written responses to this Sources Sought shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement. A determination by the Air Force not to open the requirement to full and open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. This is not a request for proposals, and the Government will not pay for information received. Companies may be contacted if we need further information to fully understand the marketplace. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) site for additional information pertaining to this Sources Sought. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the cost of manufacturing the supplies, not including the cost of materials, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please 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 what type of businesses will be used for subcontracting (other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Any information submitted by respondents to this Sources Sought is strictly voluntary. This Sources Sought does not constitute a Request for Proposal or an Invitation for Bid. Sources Sought issuance does not restrict the Government's ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this Sources Sought. Performance Requirements: The Air Force seeks to identify firms with capabilities to provide/manufacture a readily available, non-developmental DOGS-S with the following capabilities: SYSTEM REQUIREMENTS FDA Approval. System is cleared by the FDA as a medical device for delivery of supplemental Oxygen and the contractor is a manufacturer of FDA approved devices. Oxygen quality. System generates Oxygen at 93% (+ 3%) USP concentration. Case & Accessories. The system shall be supplied with a reusable transit case with handle(s), which shall accommodate the system unit, Technical Manual and its associated accessories. Transportability. The System shall have all required certifications for air and land cargo transportation in the reusable transit case to include the battery. Flow Rate. The system shall deliver oxygen at a minimum flow rate of 15 Liters Per Minute (LPM) measured from its outlet or patient distribution port. Pressure. Produce gaseous oxygen at 10 + 5 psig Weight & Size. System must be man portable. Unit weight, inclusive of battery, will not exceed 46 lbs. Size not to exceed 1.5 cubic feet. Flow Generation. The system delivers oxygen at 15 LPM Flow Adjustment. The system shall be able to regulate oxygen flow from 0.5 LPM to 15 LPM in 0.5 LPM increments measured from its outlet. Alarms. The system shall have audible and visual alarms for low oxygen purity, loss of pressure and power (AC & DC) following IEC 60601-1-8, Medical Electrical Equipment - Part 1-8. Alarm(s) shall be resettable by the operator. Safety. The system shall comply with all safety standards applicable to medical equipment and oxygen systems and shall not pose a safety hazard in the event of a single-fault event. Ventilator Interface. The system must be capable of interfacing with commonly used ventilators used by the USAF Medical Services. Mask/Cannula. System patient distribution port shall interface with the OroNasal mask and nasal cannula commonly used by the USAF Medical Services. Power Characteristics. The system will operate on 110-220 VAC, 50-60 Hz, single phase or 208-220 VAC, 50-60 Hz, three phase power. System battery will provide power for one (1) hour continuous operation at 15 lpm. Power Consumption. The system shall operate at a maximum peak power consumption of 1.0 kW at 110-220 VAC, 50-60 HZ, single phase external power source based on the maximum flow setting. Battery Charging. The system integral rechargeable battery shall charge while operating on 110-220 VAC, 50-60 HZ, single phase and battery shall be fully charged in 3 hours at 10% charge remaining with system not in operation. Mean Time Between Failure. The system shall have a Mean Time Between Failure (MTBF) of 2880 hours or greater. Mean Time to Repair. The system Mean Time to Repair (MTTR), using organizational level maintenance, to remove and replace major subcomponents and conduct preventive maintenance shall be no greater than one hour from receipt of items required for repair. Humidity. The system shall operate in relative humidity levels of 100% at 140°F. Storage Temperatures. The system shall operate after exposure to storage temperatures of -40°F and 140°F. Operational Temperatures. The system shall start and sustain operation in ambient temperatures of -25°F and +140°F. Blowing Sand. The system shall operate during and after exposure to blowing sand found at ground-based medical assemblages missions. Salt Fog. The system shall operate during and after exposure to salt fog. Altitude. The system shall operate at altitudes up to 7,000 ft. without performance degradation. Aircraft Vibration. The system shall operate after exposure to the vibration representing jet, helicopter, and turboprop aircraft. Vehicle Vibration. The system shall operate during and after exposure to the vibration levels of composite wheeled vehicle as a restrained/secured cargo. Rapid Decompression. The system shall operate after exposure to rapid decompression from 8,000 ft. to 45,000 ft. at 1, 7, and 60-second intervals, and shall not create a hazard to the aircraft, patient, personnel, or other equipment. Transit Drop. The unit shall operate after exposure to a transit drop from 18 inches on each face and corner. Electromagnetic Compatibility. The system shall operate in the electromagnetic environments of the ground-based medical assemblages, such as the Expeditionary Medical Support (EMEDS), and En-Route Patient Staging System (ERPSS) without causing or sacrificing any performance degradation due to electromagnetic interference to or from other equipment. Explosive Vapor. System shall operate in explosive vapor atmosphere and shall not pose an ignition hazard or create a hazard to personnel or equipment. Indicators. System shall have a battery charge indicator that displays the delivery of oxygen (i.e., pressure, oxygen purity, and flow), the percent of battery power remaining and be equipped with a non-resettable elapsed time indicator showing the total operating time (in hours) generating oxygen. Diagnostics. System shall have a failure diagnostic Built-In-Test (BIT) capability, which provides the operator with fault indicator for pressure, oxygen purity, compressor operation, low battery, and filter change. Cleaning & Disinfection. System shall be capable of withstanding bacterial and/or viral disinfection with standard hospital disinfectants and five percent bleach solution without deterioration of material, surface finish and performance. This includes using standard Center for Disease Control (CDC) decontamination guidelines. Operational and Storage Life. System shall have an operational life of 10 years and have a storage life of 15 years (excludes battery). Startup Time After Storage. System shall be capable of being fully operational (at normal flow rate and oxygen purity) within 35 minutes after being removed from storage in a non-environmentally controlled storage facility. Operational Orientation. System shall be able to operate at any orientation without performance degradation. Noise. System shall not exceed 70 dBA when measured at a radius of 1 meter from system. Display Visibility. System shall have a display that is visible in bright daylight and shall be capable of operation in low light conditions (dimming the display at night). Operation with MOPP Gear. System shall be operable by personnel using Mission-Oriented Protective Posture (MOPP) gear wearing gloves, hood, and mask. Maintenance. Skill level 5 technicians shall be capable of meeting organizational level maintenance requirements with common tools and its replaceable components shall be functionally and dimensionally interchangeable between each system. Portability. System shall accommodate one-person portability of system and its accessories in the operational configuration and shall accommodate one-person portability in the transportation configuration (in transit case) with the aid of integrated rollers and handles or other portability assistance methods for use on semi-improved surfaces. Marking and Labeling. System markings and labeling shall meet the requirements of the FDA and shall meet the UID machine readable information marking IAW MIL-STD-130N. Disposal. Disposal of any of the system's components shall not pose a threat to the environment. If a Request for Proposal is issued, the following items will be required to be considered a responsive proposal: 1. Performance Capability 2. Production Capacity to deliver DOGS-S for Operational Testing (OT), Initial Operational Capability (IOC), & Full Operational Capability (FOC) 3. Demonstrated Reliability 4. Submission of a User's Manual or Military Technical Order. 5. Submission of the FDA letter allowing marketing of the system IAW the Federal Food, Drug, and Cosmetic Act along with FDA submission package for the system proposed. Additional Information: Responses shall include the following information: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. The North American Industry Classification System (NAICS) Code for this action is 33399, size standard 500 employees. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. 8(a) Certified (Yes/No) (If yes, SBA Certification date: SBA Graduation date: d. HUB Zone Certified (Yes/No) e. Veteran Owned Small Business (Yes/No) f. Service Disabled Small Business (Yes/No) g. Economically Disadvantaged Women-Owned Small Business (Yes/No) h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). i. Provide prospective small business utilization percentages (if the acquisition is not set- aside for small business) 10. FDA letter allowing marketing of system. Sources Sought Responses: 1. Please provide your responses to rebecca.koesters@us.af.mil and michelle.brinkman@us.af.mil by 12:00pm EST on 01 July 2016. Title e-mail responses in the subject line of the e-mail as follows: "Response to Non-developmental Deployable Oxygen Generating System-Small, Production Sources Sought # WNUK-16-006". 2. Please limit your responses to no more than 15 pages excluding attachments such as, but not limited to, user manuals and test data; and, identify a representative to support further Government inquiries and requests for clarification of the information provided. Marketing materials are considered an insufficient response to this Sources Sought. 3. Verbal questions will NOT be accepted. All questions shall be submitted in writing and will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 24 June 2016. 4. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this Sources Sought that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. 5. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition. Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 United States Primary Point of Contact: Secondary Point of Contact: Rebecca Koesters Michelle Brinkman Contract Negotiator Contracting Officer Rebecca.Koesters@us.af.mil Michelle.Brinkman@us.af.mil Phone: 937-904-3683 Phone: 937-938-3748
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-16-006/listing.html)
- Record
- SN04134915-W 20160603/160601235034-54508c7008ef5d830850ad461ffc12c1 (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 |