Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

65 -- Cold Laser Treatment Machine and Accessories

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-18-Q-6008
 
Archive Date
8/22/2018
 
Point of Contact
Kyla Orinick, Phone: 8508829130
 
E-Mail Address
kyla.orinick@us.af.mil
(kyla.orinick@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT FOR Weberneedle-1055 THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION. This is sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. Any information submitted by respondents to this sources sought is voluntary. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida, is seeking potential sources capable of providing a Weberneedle-1055 or a compact cold laser treatment machine of similar configuration and capability to Eglin AFB FL. This system should include all of the following components: Compact Weberneedle or cold laser treatment machine equivalent including- Red Diode Infrared Diode Green Diode Goggle (red+infrared) Goggle (green) Weberneedle Head Variable Adapter - or similarly configured adapter Weberneedle Laser Tube - or laser tube style accessory Weberneedle Body Laser Shower - or laser shower configuration head Feedback, questions, and comments regarding the above technical capabilities are welcomed. Interested firms are invited to submit a Statement of Capability (SOC), not to exceed 10 pages, showing the company's ability to fulfill the requirement described above. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPPS. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS - 339113 (SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING) and Size Standard - 750. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses are requested no later than 4:00 p.m. (CST) on 16 July 2018. Direct responses and/or questions to Kyla Orinick by email at kyla.orinick@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b21b2481eee09d6bbb0a2aa243b9503)
 
Record
SN04997956-W 20180720/180718231413-2b21b2481eee09d6bbb0a2aa243b9503 (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.