SOURCES SOUGHT
66 -- Panasonic TLD Badges
- Notice Date
- 7/20/2015
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- FA8601-15-R-0124
- Archive Date
- 8/18/2015
- Point of Contact
- De'Shaun Terrel Dilworth, Phone: 9375224581
- E-Mail Address
-
deshaun.dilworth@us.af.mil
(deshaun.dilworth@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Thermolumiescent Dosimeter Badges Sources Sought 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 in the Program Description 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 711 Human Performance Wing's requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 711 Human Performance Wing 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 this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing 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 De'Shaun Dilworth (AFLCMC/PZIOA), deshaun.dilworth@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The USAF Personnel Ionizing Radiation Dosimetry Program monitors, records, and reports radiation levels of medical and other personnel routinely exposed to radiation in the performance of their duties or individuals entering high radiation areas. Panasonic TLDs are used to record the medical legal dose of record of personnel working in the labs as required by Title 10 Code of Federal Regulations Parts 19 and 20 and Title 15 Code of Federal Regulations Part 285. Phased replacement of the TLD's is an established recurring program requirement. This procurement provides replacement of 10,000 TLDs which are removed from service each year because the TLDs have reached the seven-year useful life expectancy. REQUIREMENTS Vendor shall be an Original Equipment Manufacturer (OEM) or an authorized distributor, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The delivered dosimeters shall have the following salient/essential characteristics: 1. Four phosphor element Panasonic TLD; two elements of Li2B4O7: Cu and two of CaSO4: Tm. 2. The first element is Li2B4O7: Cu and is shielded by 18 mg/cm2 of Mylar®. 3. The second and third elements, Li2B4O7: Cu and CaSO4: Tm, respectively, are shielded by approximately 360 mg/cm2 plastic. 4. The fourth element is CaSO4: Tm and is shielded by approximately 1,040 mg/cm2 of lead and plastic 5. The provided Panasonic TLDs must have a form-factor that is compatible with, and capable of being read within a Panasonic UD-7900M Automatic TLD reader, existing and currently in use. 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/Institute 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: 611310 Colleges, Universities, and Professional Schools / U009 Education Service 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. •o FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) •o FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) •o FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) •o FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) •o AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) •o AFFARS 5352.201-9101, Ombudsman (Apr 2010) 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; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 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, e-mail your responses to deshaun.dilworth@us.af.mil. E-mail responses should be received no later than 3 August 2015 at 12 P.M.. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, please mail two original signed copies of your response, on or before the same date, to: AFLCMC/PZIOA, Bldg 1, Room 109 Attn: De'Shaun Dilworth 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4581 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/FA8601-15-R-0124/listing.html)
- Place of Performance
- Address: 2510 Fifth St., BLDG 840 Area B, WPAFB, OH 45433-7913, WPAFB, Ohio, 45433-7913, United States
- Zip Code: 45433-7913
- Zip Code: 45433-7913
- Record
- SN03803658-W 20150722/150720235653-27c194fa6c46de43ec82f563f1843856 (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 |