Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

65 -- Olympus Gastroscope

Notice Date
6/30/2016
 
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
FA7000-16-T-0110
 
Archive Date
7/30/2016
 
Point of Contact
Jerry B. Smith, Phone: 719338267
 
E-Mail Address
jerry.smith.25@us.af.mil
(jerry.smith.25@us.af.mil)
 
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 Commodities and Services 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 1 Olympus Colonoscope Gastroscope System, or equal for Andrews Air Force Base Maryland, with the following equipment: Part Number Description QTY CLV-190 CLV-190 EVIS EXERA III Light Source 1 OEV-261H Olympus 26" Full HD LCD Monitor 1 OEP-5 Olympus Printer 1 CF-HQ190L EVIS EXERA III HD Colonoscope 4 PCF-H190L EVIS EXERA III Slim Colonoscope 4 GIF-HQ190 EVIS EXERA III High-Definition 4 ESG-100 ESG-100 Electrosurgical Generator 1 OFP-2 OFP-2 Flushing Pump 1 MAJ-884 Printer Cable Set-A 1 UPD-3 Scopeguide Processor 1 MAJ-1898 MAJ-1898 CLV-UPD Cable 1 MAJ-1951 SDI Cable 2.5M 1 K10021764 WM-NP2 Workstation GI Standard Set 1 MAJ-1638 Scope Pole Kit WM-P2 1 MAJ-1640 Sliding Keyboard Tray WM-P2 1 MAJ-1642 IV Pole WM-P2 1 K10001147 AUX-Channel Water Tube 50 PK 1 This Sources Sought notice shall not be construed as a solicitation or as an obligation on the part of 10 CONS to acquire any products or services. Information provided to 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 FedBizOps at a future date. 10 CONS is interested only in identifying interested and capable vendors for this product 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 1,000 employees. Small Business (SB) Set-Aside Determination: 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 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 contract for 1 Olympus Colonoscope Gastroscope System, or equal. Delivery is FOB Destination to Andrews Air Force Base, Maryland. Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. The minimum salient characteristics are: Requirement The requirement is 1 Olympus Colonoscope Gastroscope System, or equal, meeting the following salient characteristics: Backward compatible with existing Olympus ERCP scopes Generate live endoscopic video "picture-on Picture", side by side split screen live video monitor display Compatible with Medivator reprocessing equipment High definition enhanced image quality, field of view 170 degrees NBI (narrow band imaging) Dual focus; permitting "normal" live image focus and "near" live image focus during live endoscopic video procedures. Pre-Freeze function; permitting procedure image to be captured for printing, without the need to first freeze the selected ideal image before capturing it Forward water jet connector RIT (Responsive insertion technology) Variable stiffness colonoscopes Scope guide and one-touch connector capabilities Forward viewing Depth of field 5-100mm Insertion tube diameter 12.8mm (specific to adult colonoscopes) Working length 1680mm (specific to adult colonoscopes) Instrument channel inner diameter 3.7mm (specific to adult colonoscopes) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All potential offerors are reminded, in accordance with Federal Acquisition Regulation (FAR) 52.204-7; System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award. All businesses capable of providing these electronics training systems are invited to respond. Interested parties shall provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, GSA Schedule Number, 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. 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 reseller? c. What is your lead-time? d. What are your payment terms? e. 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. f. Do any of the salient characteristics limit competition? g. Are there any aspects of this requirement which are not consistent with current industry practices? h. Add any questions specific to the acquisition not included above. Provide responses not later than 12:00 pm Mountain Daylight Time on 15 July 2016. The 10th Contracting Squadron is under no obligation to consider information received after 12:00 pm (MDT), 15 July 2016, as part of the formal market research for this acquisition. 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 Jerry B. Smith, Contracting Officer at jerry.smith.25@us.af.mil This is only a Sources Sought Notice and is NOT a solicitation. 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 FAR 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 FedBizOps. It is the responsibility of the prospective quoter 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), Mr. James Anderson is appointed as the USAFA Ombudsman. The USAFA Ombudsman contact information is: 10 CONS/CD (Mr. James Anderson), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719-333-1740, FAX: 719-333-9018. Email Address: james.anderson.72@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-T-0110/listing.html)
 
Record
SN04168747-W 20160702/160701000253-2fd53cfdc046a24a72cd8b222c8d85af (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.