Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

65 -- Audiology Sound Suite - Attachment 1 - Attachment 2

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument 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
FA860118R0047
 
Archive Date
4/10/2018
 
Point of Contact
Shane A. Spanier, Phone: 9375224581
 
E-Mail Address
shane.spanier.3@us.af.mil
(shane.spanier.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Current Pictures - Audiology Sound Suite Attachment 1: Statement of Work - Audiology Sound Suite Sources Sought Synopsis: **This is not a solicitation** The United States Air Force, AFLCMC/PZI Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing the removal of the current Audiology Sound Suite and installation of a new Audiology Sound Suite at the Wright-Patterson Medical Treatment Facility, Wright-Patterson AFB, OH as described in Attachment 1, entitled "Statement of Work." This Sources Sought is solely for information and planning purposes. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet Wright-Patterson Medical Treatment Facility's requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, the Wright-Patterson Medical Treatment Facility is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents 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. 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 this FedBizOpps website for additional information pertaining to this Sources Sought. INSTRUCTIONS: 1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response 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. Questions relative to this market survey should be addressed via email to Mr. Shane Spanier, AFLCMC/PZIBA, at shane.spanier.3@us.af.mil. The Government will post Questions and Answers to this Sources Sought posting for all interested parties to view. CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm: § Company/Institute Name: § Address: § Point of Contact: § CAGE Code: § Phone Number: § Email Address: § Web Page URL: Based on the North American Industry Classification System (NAICS) code for this requirement is 339112 - Surgical and Medical Instrument Manufacturing with a size standard of 1,000 employees, please circle Yes or No as to whether your company is: § Small Business (Yes / No) § Small Disadvantaged Business (Yes / No) § 8(a) Certified (Yes / No) § HUBZone Certified (Yes / No) § Veteran-Owned Small Business (Yes / No) § Service-Disabled Veteran-Owned Small Business (Yes / No) § Women-Owned (WO) (Yes / No) § Economically Disadvantaged Women-Owned Small Business (Yes / No) § Please indicate if your company is domestic or foreign owned (if foreign, please indicate the country of ownership). § Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying. § Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. § Please provide information about the firm's standard warranty. § Please provide recent sales history to commercial companies in order to determine commerciality. Requirement: See: Attachment 1 entitled, "Statement of Work - Audiology Sound Suite". The Government is in need of the removal of the current Audiology Sound Suite and installation of a new Audiology Sound Suite. See: Attachment 2 entitled, "Current Pictures - Audiology Sound Suite" for an illustration of the current sound suite that will be removed and replaced. It is the intention of the Government to hold a site visit for all interested parties once the solicitation is released. Capability Statement : All interested parties shall submit a response demonstrating their capabilities to meet the requirements in Attachment 1, "Statement of Work - Audiology Sound Suite" to the primary point of contact listed below. Interested parties can provided marketing data, pictures, brochures, and past performance / past projects information. Additionally, interested parties are encouraged to provide a rough order magnitude (ROM) price for this requirement. Acceptable Means of Submission: All submissions must be submitted electronically to the following email address: shane.spanier.3@us.af.mil by 26 March 2018, 4:00 PM EST. Any correspondence sent via email must contain the subject line, "Audiology Sound Suite". This correspondence must be contained in a single email, unless otherwise approved, and must not exceed five megabytes, including attachments. Emails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls, or.xlsx documents are sent. The email filter may delete any other form of attachments. Delivery Destination: See : Attachment 1, "Statement of Work - Audiology Sound Suite" Delivery Type: FOB Destination (As defined in FAR 2.101 - Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Important Notice to Contractors: Response MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review responses based on the factors listed in this Sources Sought and the information furnished by the Respondent. The Government's evaluation of the capability statement received will factor into whether any forthcoming solicitation will be conducted as a full and open competition, a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc...).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA860118R0047/listing.html)
 
Place of Performance
Address: Wright Patterson Medical Treatment Facility, 4881 Sugar Maple, Bldg. 830, Area A., Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04851190-W 20180314/180312231333-9e86f674826b7b77aaa942d9894c8be0 (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.