SOURCES SOUGHT
66 -- Orbital Atherectomy System
- Notice Date
- 2/28/2012
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FM230013620162(ss)
- Archive Date
- 3/24/2012
- Point of Contact
- Stephanie E. Roberts, Phone: 9375224527
- E-Mail Address
-
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing one (1) Orbital Atherectomy System. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Orbital Atherectomy System are as follows: The Medical Treatment Facility (MTF) located at Wright Patterson AFB, OH requires an Orbital Atherectomy System that reduces or eliminates atherosclerotic plaque from within the arteries of the body. Background: The orbital atherectomy device uses centrifugal force to sand away hardened plaque and calcium that is attached to the inside of the arteries. This system is a minimally invasive catheter system used to treat Peripheral Atherosclerotic Disease (PAD) using a diamond coated crown and centrifugal force. Minimum Requirements: At a minimum, the Orbital Atherectomy System should: 1. Be Federal Drug Administration (FDA) approved. 2. Use orbital mechanism of action. 3. Be a device that treats plaque and calcium deposits on multiple sites within the arteries of the legs using one catheter in one single use. Installation: The vendor shall be responsible for initial setup and performance test of the equipment at the government site. Training: An initial operator's training shall be provided upon installation. Warranty: Please explain any accompanying warranty. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 339112. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. 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 individually be notified of the results of any government assessments. The Government's evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 5 March, 2012. Direct all questions concerning this acquisition to Stephanie Roberts at stephanie.roberts@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FM230013620162(ss)/listing.html)
- Place of Performance
- Address: 4881 Sugar Maple Dr., WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02685218-W 20120301/120228235649-cdb3a3ba32b54aace68419bea119b5f4 (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 |