SOURCES SOUGHT
65 -- Neuro Microscope
- Notice Date
- 7/5/2016
- 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-0113
- Archive Date
- 8/2/2016
- 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 Wright Patterson Air Force Base Hospital. 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 a Surgical Microscope (OH6) manufactured by Lecia Microsystems or equal. This Sources Sought notice shall not be construed as a formal 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 contractors 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 the purchase of Neuro Surgical Microscope Equipment. Delivery is FOB Destination to Wright Patterson Air Force Base Ohio. Comments and/or suggestions on the below salient characteristics are encouraged and can be included in your capabilities package. The minimum microscope salient characteristics are: Salient Characteristics The requirement is for a Neuro Surgical Microscope for the Wright Patterson Air Force Base Hospital meeting the following characteristics: • The system shall be portable in order to transition between operating rooms • It shall have a working distance ranging from 200-600mm: allowing for the depth of focus and light intensity needed for precision microsurgery in Spine, Neuro, and Plastic procedures • A centralized brake in order to lock the base during operation; allowing for perfect positioning, before and during the procedure. • Capability of auto-balancing not to exceed 5 seconds and must be capable of being accomplished in the surgical suite during procedures: Surgeon can quickly auto-balance microscope without moving microscope away from the field • A capability to customize and adapt optics to each individual user preference • Binoculars with 460 degree rotation capability • The ability to store and save a provider's settings and preferences in order to allow for staff to quickly set up for a procedure, to reduce Operating Room time • A Hi Definition 24 inch monitor at a minimum • A minimum of 400W xenon light source • Two light sources on independent circuits in the event one were to malfunction. It would automatically switch to second light source. This will prevent stoppage or delay in surgery. • A system to control the amount of light being used; for patient safety • Capability of delivering auto fluorescent and auto-gain for vascular surgeries, to include brain aneurysm, arteriovenous malformation (AVM) and 5-ALA oncological fluorescence. • Capability to keep the microscope balanced and weighted for both sides of optics • Capable of 1080p Recording • Compliant with Food and Drug Administration (FDA) requirements 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 quoters 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 quoter 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, 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 reseller? c. What is your lead-time? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What would you consider "risk" on the contractor's part for this acquisition? g. 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. h. Do any of the salient characteristics limit competition? I. Are there any aspects of this requirement which are not consistent with current industry practices? j. Add any questions specific to the acquisition not included above. Provide responses not later than 12:00 pm Mountain Daylight Time on 18 July 2016. The 10th Contracting Squadron is under no obligation to consider information received after 12:00 pm (MDT), 18 July 2016. 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 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 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 GSA e-buy. 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: 719-333-2074, 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-0113/listing.html)
- Record
- SN04170802-W 20160707/160705234107-20769abbe5705c66bc751a4b358e3607 (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 |