Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
SOURCES SOUGHT

65 -- Instrument Sharpening & Data Entry Services - PWS

Notice Date
7/12/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
FA8601-17-R-0074
 
Archive Date
8/11/2017
 
Point of Contact
Matthew M Leonard, Phone: 9375224575
 
E-Mail Address
matthew.leonard.1@us.af.mil
(matthew.leonard.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS for Instrument Sharpening & Data Entry Services Mobile Instrument Sharpening and Data Entry Services 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 for a contract at the 88 th Medical Group (hereafter known as the MTF) at Wright-Patterson AFB, OH. 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 the MTF's requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, AFLCMC 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 sources sought. INSTRUCTIONS: •1. Below is a document containing a description of the MFT's requirement and a Contractor Capability Survey, which allows you to provide your company's capability. •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 Matthew Leonard (AFLCMC/PZIOA), matthew.leonard.1@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION This effort includes tasks and activities to be performed by the contractor at the 88th Medical Group (hereafter known as the MTF) Wright-Patterson AFB, Ohio. Based on Surgical Scheduling System (S3), the Operating Room has operated approximately 320 cases per month that utilizes surgical instrumentation. The frequent usage of the instruments will cause some damage with the items. Commonly used items that requires to be repaired or sharpened are scissors, needle holders, rongeurs, bone cutters, hemostats, forceps and laparoscopic instruments. These items should be regularly checked or sent out for repair or sharpening. Having the surgical instruments repaired or sharpened, it provides a safe and better patient care. It also prevents surgical delay due to malfunctioning items and prevents frustrations from the surgeon and surgical team. REQUIREMENTS This effort includes tasks and activities to be performed by the contractor at the 88th Medical Group (hereafter known as the MTF) Wright-Patterson AFB, Ohio. Based on Surgical Scheduling System (S3), the Operating Room has operated approximately 320 cases per month that utilizes surgical instrumentation. The frequent usage of the instruments will cause some damage with the items. Commonly used items that requires to be repaired or sharpened are scissors, needle holders, rongeurs, bone cutters, hemostats, forceps and laparoscopic instruments. These items should be regularly checked or sent out for repair or sharpening. Having the surgical instruments repaired or sharpened, it provides a safe and better patient care. It also prevents surgical delay due to malfunctioning items and prevents frustrations from the surgeon and surgical team. The contractor shall perform the tasks outlined in the following paragraphs to fulfill the requirements of this contract: •1.1.1 The contractor shall provide an on-location services once a week for five years. •1.1.2 The contractor shall provide CCSVP/CBSPD certified technicians and service representatives. •1.1.3 The contractor shall provide sharpening services o n-site in their Mobile truck that must be accomplished on Fridays between the hours of 0730 to 1630, excluding weekdays when federal holidays occur or are observed. •1.1.4 The contractor shall be responsible for the overall execution of the repair process to include inspection, cleaning and lubrication, alignment, adjustments, pins, sharpening, inserts, laparoscopic shafts insulation, springs and manufactured parts and screw replacement. •1.1.4.1 Repair services shall include General, Micro, Orthopedic, Endoscopic, Flexible Biopsy Forcep, Cardiovascular, Arthroscopic, Cysto and Urology, Neuro, Laparoscopic, OB/GYN, and Pediatric Instrumentations. •1.1.4.2 The repair services shall also include Needle holder Tungsten Carbine (TC) inserts replacement, gold plating, complete tray and set refurbishing, diamond dusting and higher completion volume of entire trays. •1.1.4.3 The contractor shall provide a digital magnification and photography system used on all repair vehicles with a magnification up to 250x for inspection services. •1.1.4.4 Before and after photos of repair services shall be provided to customer. •1.1.4.5 The contractor shall ensure quality assurance is in place by identification and through computerized tracking service, and inspection of the most frequently used instrument sets. •1.1.4.6 The contractor shall provide a routine inspection and repair of instruments during the on-location visits where instruments must be etched with a unique 2D bar code. •1.1.5 The contractor shall have a clinical instrument repair consultant that provide quality assurance testing for all intstruments repaired or sharpened prior to use in service. •1.1.6 The contractor shall have a digital image capture mapping to show the SPD staff where to locate the cracks, bio-burden, pitting and other instruments discrepancies. •1.1.7 The contractor shall provide quarterly and annual business reviews to monitor and discuss the service performance given to the facility. •1.1.8 The contractor shall provide training tools for the SPD staff such as in-services and offers CEU credits for nurses and certified SPD technicians. •1.1.9 The contractor shall etch each new incoming instruments with a unique 2D bar code and associate that bar code with the instrument's part number and manufacturer in Censitrac. •1.1.10 The contractor shall also provide etch services that will include instruments in peel packs or storage areas and any new instrumentation that has been purchased since the last visit. •1.1.11 The contractor shall provide maintenance of the current and future etched instruments. •1.1.12 The contractor shall assume full responsibility for the protection of its personnel furnishing services under this contract, in accordance with the personnel policy of the contractor, such as providing worker's compensation, professional liability insurance, health examinations, income tax withholding and social security payments. Further details may be found on the attached DRAFT Performance Work Statement (PWS). 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: 811219 - Other Electronic And Precision Equipment Repair And Maintenance, $20.5M Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Small Disadvantaged 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 provisions and clauses, as they are determined to be consistent with customary commercial practice. •· FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) •· FAR 52.233-2, Service of Protest (Sep 2006) •· FAR 52.242-13, Bankruptcy (Jul 1995) •· FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) •· FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) •· FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) •· DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2014) •· 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (Dec 2014) •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) •· DFARS 252.201-7000, Contracting Officer's Representative (Sep 2011) •· DFARS 252.237-7023, Continuation of Essential Contractor Services (Oct 2010) •· DFARS 252.237-7024, Notice of Continuation of Essential Contractor Services (Oct 2010) •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •· DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions •· DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-o0010) •· DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2015-o0010) •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •· AFFARS 5352.201-9101, Ombudsman (Apr 2014) 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 AFIT's 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. Describe briefly the capabilities of you or your organization and the nature of the services you provide. Include a description of your background and/or your staff composition to include those who would perform the outlined work listed in the Requirements Section. Please mention any required certifications. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. 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). •3. 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? •4. 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 matthew.leonard.1@us.af.mi l. E-mail responses should be received no later than 27 July 2017. 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: Matthew Leonard 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937)-522-4575 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 20 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/FA8601-17-R-0074/listing.html)
 
Place of Performance
Address: 88th Medical Group, 4881 Sugar Maple Dr, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04576260-W 20170714/170712234619-12456ee45b14da337a192f69f5177a2f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.