Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOURCES SOUGHT

99 -- Medical Device Implant Tissue Tracker (MDITT) - UDI Tracker

Notice Date
12/10/2020 10:16:35 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA8052 773 ESS PK SAN ANTONIO TX 78226-1720 USA
 
ZIP Code
78226-1720
 
Solicitation Number
F1ATB2_Request_for_Information
 
Response Due
12/21/2020 2:00:00 PM
 
Archive Date
01/05/2021
 
Point of Contact
Theresa Jackson, Phone: 2103959549, Larry Conger, Phone: 2103951723
 
E-Mail Address
theresa.jackson.5@us.af.mil, larry.conger.1@us.af.mil
(theresa.jackson.5@us.af.mil, larry.conger.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AFICC 773 ESS/PK-UDI Tracker Medical Device Implant Tissue Tracker (MDITT) � UDI Tracker General Information � Classification Code: 7379 � COMPUTER RELATED SERVICES, NEC � NAICS Code: 541519 �� Other Computer Related Services THIS IS A REQUEST FOR INFORMATION (RFI)/ SOURCES SOUGHT ANNOUNCEMENT to conduct market research relative to the Medical Devise Implant Tissue Tracker (MDITT) � UDI Tracker requirement. �This RFI announcement is NOT a Request for Proposal (RFP) and the Government is not committed to award a contract pursuant to this announcement.� The information from this RFI is for planning purposes only and will assist the Government in planning its acquisition strategy and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract.� General Intent The Air Force is looking to award a single contract to facilitate this requirement.� This market research is being conducted to assist in determining the best acquisition strategy for the subject service.� Any information regarding contract type, commercial practices, and specifications are requested and being considered for the development of the solicitation. This announcement is targeted for all qualified businesses that can perform the services as stated in the Statement of Work (SOW); responses from all interested parties are appreciated and accepted. Description UDITracker is a web-based tracking product that was specifically developed for healthcare organizations that handle tissue and implants. UDITracker streamlines processes and eliminates time spent preparing for an audit, by completely automating the chain of custody and beyond � from receipt of items to tracking inventory through use, documenting key information and managing critical recalls. The UDITracker product encompasses Tissue & Implant Tracking, Chain of Custody Compliance, UDI-Ready bar code scanning and optional modules such as Radio Frequency Identifier (RFID), Active Directory, Materials Management Information System, (MMIS), Software System Integration, and Outbound Case Entry. The UDI Tracker Basic Product contains the following main components: Inventory Management Transfers (Chain of Custody) Case Management Alerts & Notifications Temperature Log RFID Admin Each one of the above menus has sub-menus that assist the healthcare organization in creating, editing, viewing the inventory items, and managing all aspects pertaining to a hospital.� � ��� Background UDITracker� s Inventory module allows the Air Force (AF) Medical Service (AFMS) at each of the Medical Treatment Facility (MTF) to fully track and manage tissue and implant items upon receipt at the facility and while being stored until clinical use. Information such as the product code/description, lot number, serial number, expiration date, quantity, location, RFID and inventory type (Owned, Consigned or Brought-in/Bill-only) are easily accessed and managed. Users can easily receive shipments, create inventory items, view current tissue & implant inventory, reserve inventory items for an upcoming case and manage par and re-order levels. The previous contract number is W911QY-18-C-0224, awarded to Champion Medical Technologies, Inc., [Cage Code: 5FLY6] for the total amount of $700,000.00.��������� Information Requested The AFICA 773d Enterprise Sourcing Squadron (773 ESS) is seeking responses to the questions listed below.� Please provide your responses on company letterhead to the Point of Contact (POC) identified at the end of this RFI.� Please provide your company�s name, mailing address, Cage Code, Data Universal Numbering System (DUNS) identification number, Point of Contact (POC), telephone number and e-mail address.� Please also provide the name of the company�s Parent Company, if applicable. Please provide your business size status (i.e. 8(a) Business Development Small Business Certification, Historically Underutilized Business Zone (HUBZone), Woman- Owned Small Business (WOSB) or Service Disabled Veteran-Owned Small Business (SDCOSB), Small Business, Large Business, etc.) under NAICS 519130.� *If you are under the 8(a) program, please identify when you graduate from the program. Given the nature of the work described in the SOW, if you feel another NAICS code better fits this requirement, please identify that. Has your company had experience with this type of service, and/or at this magnitude in the last 5 years? Based on the SOW, do you have enough information to provide an accurate proposal?� If not, what additional information can the Government provide to assist you in creating a more accurate proposal? �Identify any factors that likely contribute risk or uncertainty to developing a contractor proposal for this proposed requirement.� Please rate any factors you identify as either high or low regarding the degree of risk to the contractor.� For the high risk drivers, please explain why the risk is high and suggest how the Air Force might mitigate or reduce this risk. Do any components of the SOW conflict with standard industry practice?� If so, please describe. Would your company be interested in participating in this solicitation? Please provide any additional questions, comments, concerns, etc. you have concerning this proposed acquisition.� Provide feedback on whether the objectives, requirements, and other information presented in the SOW are clear, achievable within the proposed period of contract, and provide suggested changes, as appropriate.� Format of Responses � Limit RFI responses to 10, single-sided, single-spaced pages.� The font for text should be Times New Roman 12-point or larger.� The Responder may use oversized pages (including �foldouts�) where appropriate to contain graphic presentations.� Oversized pages do not count as extra pages within the page limitations.� Submitted responses should be in Microsoft Word or Adobe Acrobat format.� Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation.� Responses must be unclassified and any proprietary information provided must be marked accordingly.� To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following: �The following contains proprietary information that (name of Responder) requests not be released to persons outside the Government, except for the purposes of review and evaluation.� Interested parties must send their responses to this RFI, no later than (NLT) 1600 (4:00 p.m. Central Standard Time), 21 December 2020 to theresa.jackson.5@us.af.mil. �� Disclaimer � This notice does not obligate the Government to award a contract or otherwise reimburse the responder for information submitted as a result of this RFI.� The Government reserves the right to use the information provided by any respondent for any purpose deemed necessary and legally appropriate.� Information submitted will become the property of the Government.� The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d2862df2b63e4da0ab60d59b9660a139/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05871727-F 20201212/201210230145 (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.