The RFP Database
New business relationships start here

Medical Etching and Data Entry


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
Instrument Etching and data entry service

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 MTF's requirement.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Furthermore, MTF 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 Stephen Moberg (AFLCMC/PZIOA), stephen.moberg@us.af.mil no later than 4:00 PM EST on March 20, 2017. Verbal questions will NOT be accepted.


 

PROGRAM DESCRIPTION

 

Wright-Patterson Air Force Base Medical Treatment Facility wishes to contract an instrument etching and data entry service for the purpose of etching 60,000 surgical instruments and entering into a Censitrac system the related data. The procurement of instrument etching and data entry services will allow for more accurate tracking of instrument inventory, occurrences, and location.

REQUIREMENTS

 


GENERAL


This specification is for instrument etching and data services to etch and enter data into a Censitrac Tracking System for 60,000 instruments over a six month period for a firm fixed price contract. The services provided must meet the following minimum requirements:


 


1. The contractor will be responsible for the overall execution of the marking process to include marking and commissioning of the instruments and Neutralize Acid preventing corrosion.


 


2. An informal out brief with the Sterile Processing Department Element Chief or their designee shall be provided at the end of each day.


 


3. The contractor will supply 60,000 2D barcode Monode flat Dura-Fab Fine stencils that are compatible with the Censitrac program.


 


4. The contractor will provide a Quality Control check after the etching 2D barcode application has been completed to ensure that it scans easily into the Censitrac system. Marks that do not read will be assessed for re- application prior to commissioning.


 


The government will provide:


- One Censis Instrument Marking Unit Serial numbers M5966 ECN # 050615


- One Dremel 3000 sanding drill to correct etching errors


- 5,000 2D barcode Monode flat Dura-Fab Fine Stencils


 


The services and component shall be of high commercial quality, consistent with the performance requirements of typical instrument etching and data entry service.  Workmanship shall be consistent with best commercial practices. 


 


CONTRACTOR APPROVAL


 


Contractor will provide a detailed proposal, including a detailed breakdown of consumables, service cost and the number of technicians necessary to fulfill all requirements at the customer's facility.


 


PERIOD OF PERFORMANCE


 


The contractor will complete all required services within six months of award.


 


DELIVERY


 


The company shall properly facilitate equipment and personnel to the Medical Treatment Facility at WPAFB, OH.  All costs to include insurance will be included in contractor's proposal.  Great care using standard, approved packaging methods shall be taken.


 


WARRANTY


 


Free from defects in material, equipment, and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, throughout the duration of the contract.


 


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

 

Based on the above NAICS Code, state whether your company is:

Small Business, (Self-Certified or Third Party Certified)                                            (Yes / No)

Small Disadvantaged Business, (Self -Certified or Third Party Certified)                   (Yes / No)

•o   Woman Owned Small Business, (Self -Certified or Third Party Certified)                                                                                                                                                   (Yes / No)

•o   Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified)                                                                                            (Yes / No)

•o   8(a) Certified, (Self -Certified or Third Party Certified)                               (Yes / No)

•o   HUBZone Certified, (Self -Certified or Third Party Certified)                     (Yes / No)

•o   Veteran Owned Small Business, (Self -Certified or Third Party Certified)   (Yes / No)

•o   Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified)                                                                                                                                    (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.


 


FAR 52.204-7, System for Award Management


FAR 52.204-13, System for Award Management Maintenance


FAR 52.204-16, Commercial and Government Entity Code Reporting


FAR 52.204-18, Commercial and Government Entity Code Maintenance


FAR 52.232-39, Unenforceability of Unauthorized Obligations


FAR 52.252-1, Solicitation Provisions Incorporated by Reference


FAR 52.252-2, Clauses Incorporated by Reference


FAR 52.252-5, Authorized Deviations in Provisions


FAR 52.252-6, Authorized Deviations in Clauses


DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights


DFARS 252.204-7003, Control of Government Personnel Work Product


DFARS 252.225-7002, Qualifying Country Sources as Subcontractors


DFARS 252.225-7048, Export-Controlled Items


DFARS 252.243-7001, Pricing of Contract Modifications


AFFARS 5352.201-9101, Ombudsman

AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)

 

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 stephen.moberg@us.af.mil. E-mail responses should be received no later than 4:00 PM EST on 24 March 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:  Stephen A. Moberg

1940 Allbrook Dr

Wright-Patterson AFB OH 45433-5344

(937) 522-4584


 


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.


 


Stephen A. Moberg, Contract Specialist, Phone 9375224584, Email stephen.moberg@us.af.mil - Joshua J. Morell, Contracting Officer, Phone 9375224537, Email joshua.morell@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP