Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

99 -- Sources Sought - Resting ECG Machine

Notice Date
12/12/2019 6:49:06 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8650 USAF AFMC AFRL PZL RAK RXK WRIGHT PATTERSON AFB OH 45433-7541 USA
 
ZIP Code
45433-7541
 
Solicitation Number
RFI-AFRL-PZLEQ-2020-0002
 
Response Due
12/26/2019 1:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
Lindsey Wilcox, Phone: 9377135478, Jessica Briggs, Phone: 9372557724
 
E-Mail Address
lindsey.wilcox@us.af.mil, jessica.briggs@us.af.mil
(lindsey.wilcox@us.af.mil, jessica.briggs@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)Resting ECG MachineThe United States Air Force, AFRL/PZLEQ Enterprise Acquisition Branch, Wright-Patterson AFB, Ohio is seeking a 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, in accordance with FAR Part 10, to identify potential sources capable of providing resting electrocardiograph (ECG) machines, as defined in the attached Statement of Work (SOW), to meet the United States Air Force School of Aerospace Medicine (USAFSAM) requirement. This will support Air Force Research Laboratory, Aerospace Systems Directorate (AFRL/RQ) research and development missions in accordance with the requirements of industry standards and applicable local, state, and Federal laws.TECHNICAL REQUIREMENTSThe draft SOW will have all of the information listed in regards to the technical requirements for this project. As a reminder, these are drafts and estimates which are subject to be changed.The North American Industry Classification System (NAICS) code for this requirement is 334510- Electromedical and Electrotherapeutic Apparatus Manufacturing, with a size standard of 1,250 employees. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVOSB, WOSB, EDWOSB, or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.CAPABILITIES PACKAGE:This Sources Sought is solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, AFRL/RQ is not at this time seeking proposals, and will not accept unsolicited proposals. All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion.Responses are limited to five (5) pages and may be submitted electronically to the following email address: lindsey.wilcox@us.af.mil in a Microsoft Word or PDF compatible format and must be received no later than 4:00 pm EST, on Wednesday, 26 December 2019. Please direct all questions concerning this acquisition to Ms. Lindsey Wilcox at lindsey.wilcox@us.af.mil.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: 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 Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Market Survey - Resting ECG Machine." If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to email.Attachment: SOW
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8cee29174b4d4d1a9fa061d3c860fad9/view)
 
Record
SN05515880-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.