Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2017 FBO #5815
SOURCES SOUGHT

65 -- EVO3 Graft Putty

Notice Date
10/23/2017
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118Q0008
 
Archive Date
11/9/2017
 
Point of Contact
Dell Grunenberg,
 
E-Mail Address
dell.grunenberg@us.af.mil
(dell.grunenberg@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified below. 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 Air Force requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, the Air Force 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 any is 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 the FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Below is a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed via email to Dell Grunenberg at dell.grunenberg@us.af.mil no later than 5:00 P.M. EDT on 25 October 2017. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The Wright Patterson Medical Center at Wright Patterson Air Force Base requires SeaSpine's Accell EVO 3 putty or equal for medical procedures at the center. The Government requires the following: - Qty 2 x Accell EVO3 2.5cc - #02-5000-025, or equal - Qty 2 x Accell EVO3 5.0cc - #02-5000-050, or equal - Qty 2 x Accell EVO3 10cc - #02-5000-100, or equal The proposed putty must be moldable at the time of application, packable into virtually any size or shape defect, mixable with other grafting materials, and irrigation-resistant. 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/Organization 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 - Surgical Appliance and Supplies Manufacturing. Size standard: 750 employees. Based on the above NAICS Code, state whether your company is: o Small Business (Yes / No) o Small Disadvantaged Business (Yes / No) o Woman Owned Small Business (Yes / No) o Economically Disadvantaged Woman Owned Small 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 Small Business, (Yes / No) *All interested contractors must be registered in SAM 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 domestically or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. • Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export Controlled Items DFARS 252.243-7001 Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001 Health and Safety on Government Installations STATEMENT NUMBER 12, Antiterrorism (AT) Awareness Training ATTENTION - Small business respondents who are interested in submitting a proposal as the prime contractor for this effort : No set aside decision has been made. A brand-name acquisition strategy is contemplated. Note, the contracting officer's decision to set aside a procurement reserved for small business under paragraph (a) of FAR 19.502-2 must be based on the expectation of receiving offers from at least two responsible small businesses, including nonmanufacturers, offering the products of different concerns. ATTENTION - All potential respondents : The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Describe briefly the capabilities of the nature of the services you provide. 3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both 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. If your company is interested, submit your responses to dell.grunenberg@us.af.mil. E-mail responses should be received no later than 5:00 P.M. EDT on 25 October 2017. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. 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 completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118Q0008/listing.html)
 
Record
SN04720167-W 20171025/171023230806-aed625b730b4a18639cea7b117b1a5fe (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.