Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

65 -- Patient Loading System (PLS) - 20170920 PLS RFI FBO Posting

Notice Date
9/20/2017
 
Notice Type
Presolicitation
 
NAICS
#333924 — Industrial Truck, Tractor, Trailer, and Stacker 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
RFI_Human_Systems_Patient_Loading_System
 
Point of Contact
Michele Worthy, Phone: 9379043496
 
E-Mail Address
michele.worthy@us.af.mil
(michele.worthy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
20170920 PLS FBO Posting THIS IS NOT A REQUEST FOR PROPOSALS OR A REQUEST FOR QUOTATIONS; IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. •1. SUBJECT : The Air Force Life Cycle Management Center (AFLCMC) is conducting market research and an Analysis of Alternatives (AoA) on a patient loading system (PLS) suitable for safely embarking and disembarking medical patients / equipment sets on military high deck aircraft to include; KC-135, KC- 10, and KC-46. Responses are due to this request for information (RFI) by 5:00PM EST on 20 October 2017. •2. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked as "proprietary" will be handled accordingly. Information provided as a response to the RFI will not be returned. AFLCMC will not entertain any questions concerning the composition, requirements, or the nature of services to be performed under any future request for proposal (RFP). •3. BACKGROUND: The Air Mobility Command Surgeon General (AMC/SG) is interested in new and novel patient loading system technology, which can provide world-wide patient evacuation capabilities, utilizing available airlift assets in all aeromedical evacuation (AE) environments. The mission sets include peace time operations, humanitarian, noncombatant evacuation operations, and Joint/combined contingency operations where patient movement could be from secure forward airfields in the combat zone to more capable medical facilities further to the rear. Theater commanders are dependent on the AE system to link casualties to life-saving medical care on opportune aircraft in support of patient movement. AMC/SG prefers commercial off-the-shelf (COTS), government off-the-shelf (GOTS), and foreign off- the-shelf (FOTS), as well as research and development (R&D) options that fulfill the capabilities outlined below. Manufacturers are encouraged to submit a response to this RFI, even if a system does not meet all the requirements at this time. For requirements that are not met, trade-off considerations will also be considered. •4. REQUIREMENTS: Information is currently being sought on high deck aircraft patient loading systems meeting the requirements listed below. 5. SMALL BUSINESS UTILIZATION CONSIDERATIONS: 5a. Small Business Set-aside Determination In accordance with (IAW) DFARS 210.001, market research results will be used to determine whether the criteria in FAR Part 19 are met for setting aside the acquisition for small business. Firms responding to this announcement should indicate whether they are: •o Other than small business •o Small business •o Small disadvantaged business (SDB) •o Woman-owned small business (WOSB) •o Economically disadvantaged women-owned small business (EDWOSB) •o 8(a)-certified business •o Service-disabled veteran-owned small business (SDVOSB) •o Veteran-owned small business (VOSB) •o Historically Underutilized Business Zone small business (HUBZone). The Contracting Officer has not yet made a final NAICS code determination for this acquisition. However, the eventual NAICS code may be 333924, because the Government is seeking an aircraft loading solution for this acquisition. If it is determined that a small business set-aside is appropriate, FAR 52.219-14, Limitations on Subcontracting, will apply. Please provide rationale as to how compliance with these limitations 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 whether small or large businesses will be used. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS is chosen. Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary. 5b. Small Business Subcontracting Opportunities IAW FAR 19.201, it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, including the opportunity to participate as subcontractors. Please recommend a reasonable expectation for small business subcontracting as a percent of total contract value, as well as supporting rationale for the recommended percentage. 5c. Small Business Breakout Opportunities If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting. This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response. 5d. Small Business Evaluation in Source Selection If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection. The contracting officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. This evaluation factor will be separate from subcontracting plans submitted pursuant to the clause at FAR 52.219-9. Information submitted in response to this Small Business Utilization section will be used to inform the Government of Small Business opportunities available in the marketplace, and will lead to an evaluation appropriate to the acquisition. Per DFARS PGI 215.304, evaluation criteria may include the extent to which such firms are specifically identified in proposals, the extent of commitment to use such firms, the complexity and variety of the work small firms are to perform, and the realism of the proposal. •2. RESPONSE INFORMATION: Response to this RFI must be submitted to Michele Worthy, Contract Negotiator, via e-mail to michele.worthy@us.af.mil. Email responses should be no larger than 10 MB in size. If larger attachments are required, please notify Michele Worthy at the above listed email address. Each RFI response will receive a confirmation email; if a confirmation is not received please call 937-904-3496. Please include a point of contact, phone number, e-mail address, website information, and indicate whether the company is a foreign or domestic entity in the contents of the e-mail. Responses must be received by this office on or before 5:00PM EST on 20 October 2017. This RFI is not a c ommercial solicitation. The Government will not pay for any information submitted, or for any costs associated with providing the information. The response should describe the company's capability to offer, field, and sustain the PLS as characterized by the requirements addressed in this RFI. If unable to provide a PLS capable of meeting all requirements, the respondent should offer trade-off considerations. Responses should include, at minimum: the requirements matrix, information as to whether the submitted solution meets each requirement and unofficial pricing for the solution to include: training and manuals. Include details on the solution specifications. Additional information is encouraged. •3. LATE SUBMISSIONS: Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future requests for proposals. Communications with AFLCMC in regard to this RFI will only be permitted in writing during the RFI response period. Responses to the RFI received by AFLCMC after the submittal deadline and time indicated may be considered. The respondent assumes the risk of the method of dispatch chosen. Postmarking by the submittal date and time shall not substitute for actual response receipt. •4. OWNERSHIP OF RESPONSE TO RFI: All informational material submitted in response to this request becomes property of AFLCMC. Physical samples will be returned to the vendor at the owner's expense. •5. RELEASE OF CLAIMS, LIABILITY AND PREPARATION EXPENSES: Under no circumstances shall AFLCMC be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages of whatever nature incurred as a result of the respondent's participation in this RFI process. Respondent understands and agrees that they submit a response at their own risk and expense, and release AFLCMC from any claim for damages or other liability arising out of the RFI process. •6. ERRORS IN RESPONSE: AFLCMC shall not be liable for any errors in respondent's response. Respondent is responsible for careful review of its entire response to ensure that all information is correct and complete. Respondents are liable for all error or omissions contained in their responses. •7. ADDENDUM: AFLCMC reserves the right to issue an addendum to this RFI at any time for any reason. •8. CONTACT INFORMATION: Primary Point of Contact: Michele Worthy Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 michele.worthy@us.af.mil / 937-904-3496
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/RFI_Human_Systems_Patient_Loading_System/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, United States
 
Record
SN04686706-W 20170922/170920232224-0739cdc3422d4207cc7f5875508040ce (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  © 1994-2020, Loren Data Corp.