Non-developmental Field Portable Oxygen Concentrator, Production
Sources Sought Number: FA8606‐18‐C‐0006
Agency: Department of the Air Force
Office: Air Force Life Cycle Management Center (AFLCMC)
Location: Wright Patterson Air Force Base
NAICS code: TBD
Synopsis:
The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU), Wright Patterson Air Force Base, is conducting market research to determine potential sources for a Field Portable Oxygen Concentrator to fulfill requirements for the United States Air Force and other DoD agencies. (minimum of 1,500 devices required) Written responses to this Sources Sought shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement using an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. A determination by the Air Force not to open the requirement to full and open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. This is not a request for proposals, and the Government will not pay for information received. Companies may be contacted if we need further information to fully understand the marketplace. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) site for additional information pertaining to this Sources Sought. Any information provided in response to this RFI will be used for informational purposes only and will not be returned.
Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please 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 what type of businesses will be used for subcontracting (other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage.
Any information submitted by respondents to this Sources Sought is strictly voluntary. This Sources Sought does not constitute a Request for Proposal or an Invitation for Bid. Sources Sought issuance does not restrict the Government's ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this Sources Sought.
Manufacturers are encouraged to submit a response to this RFI, even if a system does not meet all the requirements at this time. For requirements that are not met, trade-off considerations will also be considered.
Performance Requirements:
The Air Force seeks to identify firms with capabilities to provide/manufacture a readily available, non-developmental Field Portable Oxygen Concentrator with the following capabilities:
Item
Parameter /
Attribute
System Specification
Vendor Comment
1
Purity
Device shall provide oxygen at a purity of 93% +/- 3% USP.
2
FDA Clearance
Device shall be approved by the US Food & Drug Administration as a medical device for use in ground-based medical assemblages to include use in ground-based ambulatory vehicles IAW applicable regulations and Standards.
3
Flow Rate
Device shall deliver oxygen at a minimum flow rate of 15 Liters Per Minute (LPM) measured from its outlet or patient distribution port.
4
Flow Adjustment
Device shall be able to regulate oxygen flow from 0.5 LPM to 15 LPM in 0.5 LPM increments measured from its outlet.
5
Supply Pressure
Device shall deliver oxygen at a minimum pressure of 10 psig measured from its outlet or patient distribution port.
6
Power
Source
Device shall interface with the external power consisting of 110-220 VAC, 50-60 Hertz, power supply source.
7
Mask/
Cannula
Device patient distribution port(s) shall interface with the OroNasal mask and nasal cannula.
8
Ventilators
Device shall interface with ventilators as a supplemental Oxygen source.
9
Alarms
Device shall have audible and visual alarms for low oxygen purity, loss of pressure and power (AC & DC).
10
Altitude
Device shall operate at altitudes up to 7,000 ft without performance degradation.
11
Power Consumption
Device shall operate at a maximum peak power consumption of 1.0 kW at 110-220 VAC, 50-60 HZ, single phase external power source based on the maximum flow setting.
12
Rechargeable Battery Operation
Device shall be able to operate on rechargeable battery power for 1 hour delivering oxygen at maximum volume flow rate.
13
Battery Charging
Device integral rechargeable battery shall charge while operating on 110-220 VAC, 50-60 HZ, single phase.
14
System Size
Device shall have a total volume of no more than 1.5 cubic feet.
15
System Weight
Device weight as a single module shall not exceed 45 (+1) pounds.
16
Cleaning & Disinfection
Device shall be capable of withstanding bacterial and/or viral disinfection with standard hospital disinfectants and five percent bleach solution without deterioration of material, surface finish and performance. This includes using standard Center for Disease Control (CDC) decontamination guidelines.
17
Operational Orientation
Device shall be able to operate at any orientation without performance degradation.
18
Noise
Device shall not exceed < 70 dBA when measured at a radius of 1 meter from device.
19
Low Light Operation
Device displays shall be capable of operation in low light conditions (dimming the display at night).
20
Display Visibility
Device shall have a display that is visible in bright daylight.
21
Portability
Device shall accommodate one-person portability of Device and its accessories in the operational configuration.
22
Maintenance
Device shall capable of field level maintenance and sub-system replacement using common tools.
Small Business Utilization Considerations:
a. Small Business Set-aside Determination
In accordance with (IAW) DFARS 210.001, market research results will be used to determine whether the criteria in FAR Part 19 are met for setting aside the acquisition for small business.
Firms responding to this announcement should indicate whether they are:
•o Other than small business
•o Small business
•o Small disadvantaged business (SDB)
•o Woman-owned small business (WOSB)
•o Economically disadvantaged women-owned small business (EDWOSB)
•o 8(a)-certified business
•o Service-disabled veteran-owned small business (SDVOSB)
•o Veteran-owned small business (VOSB)
•o Historically Underutilized Business Zone small business (HUBZone).
The Contracting Officer has not yet made a final NAICS code determination for this acquisition. Please suggest a code that you feel best represents this acquisition, and provide rationale for your recommendation.
If it is determined that a small business set-aside is appropriate, FAR 52.219-14, Limitations on Subcontracting, will apply. Please provide rationale as to how compliance with these limitations 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.
Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS is chosen. Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary.
b. Small Business Subcontracting Opportunities
IAW FAR 19.201, it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, including the opportunity to participate as subcontractors. Please recommend a reasonable expectation for small business subcontracting as a percent of total contract value, as well as supporting rationale for the recommended percentage.
c. Small Business Breakout Opportunities
If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting. This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response.
d. Small Business Evaluation in Source Selection
If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection. The contracting officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor.
This evaluation factor will be separate from subcontracting plans submitted pursuant to the clause at FAR 52.219-9.
Information submitted in response to this Small Business Utilization section will be used to inform the Government of Small Business opportunities available in the marketplace, and will lead to an evaluation appropriate to the acquisition.
Per DFARS PGI 215.304, evaluation criteria may include the extent to which such firms are specifically identified in proposals, the extent of commitment to use such firms, the complexity and variety of the work small firms are to perform, and the realism of the proposal.
Additional Information:
Responses shall include the following information:
1. Company/Institute name
2. Address
3. Point of Contact
4. Cage Code
5. DUNS Number
6. Phone Number
7. E-mail Address
8. Web page URL
9. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.
10. FDA letter allowing marketing of system.
Sources Sought Responses:
1. Please provide your responses to Michele.Worthy@us.af.mil and Brandon.Stout.5@us.af.mil by 12:00pm EST on 19 January 2018. Title e-mail responses in the subject line of the e-mail as follows: "Response to Non-developmental Field Portable Oxygen Concentrator, Production Sources Sought # FA8606‐18‐C‐0006".
2. Please limit your responses to no more than 15 pages excluding attachments such as, but not limited to, user manuals and test data; and, identify a representative to support further Government inquiries and requests for clarification of the information provided. Marketing materials are considered an insufficient response to this Sources Sought.
3. Verbal questions will NOT be accepted. All questions shall be submitted in writing and will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 05 January 2018.
4. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this Sources Sought that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
5. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition.
Contracting Office Address:
Bldg. 12
1981 Monahan Way
Wright-Patterson AFB, Ohio 45433
United States
Primary Point of Contact: Secondary Point of Contact:
Michele Worthy Capt Brandon Stout
Contract Negotiator Contracting Officer
Michele.Worthy@us.af.mil Brandon.Stout.5@us.af.mil
Phone: 937-904-3496 Phone: 937-938-3808
Michele Worthy, Phone 9379043496, Email michele.worthy@us.af.mil - Brandon S Stout, Captain, Phone 9379383808, Email brandon.stout.5@us.af.mil