The RFP Database
New business relationships start here

Surgical Instruments/Implants


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

 
sources sought synopsis (not a notice of solicitation)

surgical instruments/implants

 


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 88 Medical Services Squadron, Wright-Patterson AFB Medical Center's requirement.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Furthermore, AFLCMC/PZIO 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 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 Capt Sean Miller (AFLCMC/PZIOA), sean.miller.17@us.af.mil no later than 5:00 pm EST on 24 February 2017. Verbal questions will NOT be accepted.


 

PROGRAM DESCRIPTION

 

This effort is to establish multiple Blanket Purchase Agreements for the acquisition of Spinal, Cardiac, and Sacroiliac Joint Surgical Instruments and Implants for the Wright-Patterson Medical Center, Wright-Patterson AFB, OH.

 

REQUIREMENTS

 


Spinal surgical instruments and implants from the following manufacturer:

•·         Globus Medical


 


Cardiac surgical instruments and implants from the following manufacturers:

•·         Medtronic

•·         Boston Scientific

•·         St. Jude


 


Sacroiliac Joint surgical instruments and implants from the following manufacturer:

•·         Si-Bone, Inc.


 


 


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: 339113: 500 employees

 

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

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

•o   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 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government

FAR 52.203-13, Contractor Code of Businesses Ethics and Conduct

FAR 52.204-7, System for Award Management

FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards

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 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

FAR 52.209-7, Information Regarding Responsibility Matters

FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters

FAR 52.217-9, Option to Extend the Term of the Contract

FAR 52.228-5, Insurance, Work on a Government Installation

FAR 52.229-3, Federal, State, and Local Taxes

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-2, Service of Protest

FAR 52.242-13, Bankruptcy

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 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.

DFARS 252.225-7001, Buy American and Balance of Payments Program

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)

AFFARS 5352.223-9001, Health and Safety on Government Installations

 


 


 


 


 


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, submit your responses to sean.miller.17@us.af.mil. E-mail responses should be received no later than 5:00 pm EST on 24 February 2017.


 


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.


 


Sean Miller, Phone 9375224582, Email Sean.miller.17@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP