Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOURCES SOUGHT

65 -- Bayer-Medrad MRExperion Auto Injectior

Notice Date
1/9/2018
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
FA8601-18-Q-0031
 
Archive Date
1/25/2018
 
Point of Contact
joshua j. bibee, Phone: 5134463735, Clarence L Taylor, Phone: 9375224511
 
E-Mail Address
joshua.bibee@us.af.mil, Clarence.Taylor.2@us.af.mil
(joshua.bibee@us.af.mil, Clarence.Taylor.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MRXperion Automatic Power Injector System 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 the Air Force Institute of Technology (AFIT)'s requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, the Wright-Patterson AFB Medical Treatment Facility 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 addressed via email to Mr. Joshua Bibee, AFLCMC/PZIBA, at joshua.bibee@us.af.mil no later than 4:00 PM EST on 10 January 2018. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The Government is in need of procuring a MRXperion Automatic Power Injector System and required installation and integration with the existing MRI system. The MRXperion Automatic Power Injector will be used during Magnetic Resonance Imaging procedures for the Air Force Medical Treatment Facility at Wright-Patterson Air Force Base. PERFORMANCE REQUIREMENTS The MRXPERION Power Injector and installation must adhere to the specifications listed below. The installed system will meet the following requirements: •a. Minimum requirement: a MRXperion Automatic Power Injector System, Product Code and GTIN: ID:802239751 GTIN:26-0524292 • i. Control Room Unit Size: 15.75" (40.00 cm) W 13.46" (34.19 cm) H 10.23" (25.98 cm) D 19.2 lbs (8.8 kg) weight • ii. Scan Room Unit 23.30" (59.0 cm) W 71.40" (181.0 cm) H 23.30" (59.0 cm) D 95.7 lbs (43.4kg) weight • iii. Power Supply 7.60" (19.0 cm) W 3.40" (9.0 cm) H 15.40" (39.0cm) D 5. lbs (2.3 kg) weight • iv. Voltage Requirements 100-240 VAC (50/60 Hz) 120 VA-210 VA •a. Electrical Leakage: Unit <100 Microamperes/Patient <100 microamperes/Earth<500 microamperes • v. Requires contractor/vendor installation • vi. Installation instructions: Coordination with departmental patient schedule/vendor and visitor center's pass(es) will be arranged upon award of contract to purchase. • vii. Delivery Instructions: MRXperion® will be installed at building 830 room 1QQ1. Delivery will be made during Monday-Friday 0800-1600, no federal holidays •b. System Capabilities: Syringe Capabilities: • i. Syringe Capabilities •a. Syringe Capacities: Syringe A 65 ML/ Syringe B 115 ML •b. Programmable Volume Range (mL).5 mL to max • ii. Programmable Volume Range (mL) •a. SYRINGE A: 0.5 mL to max syringe volume in: 0.1 mL increments from 0.5 mL to 31 mL/ 1 mL increments above 31 mL •b. SYRINGE B 1 mL to max syringe volume in 1 mL increments • iii. Programmable Flow Range (mL/sec): •a. 0.01 to 10 mL/s in: •0.01 mL/s increments between 0.01 and 3.1 mL/s •0.1 mL/s increments between 3.1 and 10 mL/s • iv. KVO (Keep Vein Open): 6 factory presets of 0.25 mL every 12, 20, 30, 45, 60, or 75 sec • v. Test Inject: Configurable from 0.5 mL to 20 mL in 0.1 mL increments • vi. Pressure Range (psi): 6 factory presets from 100 to 325 PSI or, 690 to 2240 kPa • vii. Injection/Post-Injection Reminders: Up to 5 settings of 1 sec to 20 minutes in 1 sec increments • viii. Injection Protocol Storage: 60 protocols up to 6 phases each • ix. Injection/Hold/Pause: Up to 20 minutes in 1 sec increments • x. eGFR Calculator: for adults: MDRD, Cockcroft-Gault and CKD-EPI methods/ for children: Bedside Schwartz method • xi. Weight-based Dosing Calculator; User configurable • xii. Informatics Connectivity Capability: yes with optional Radmetrics Enterprise platform • xiii. Remote Service Capability: Yes, with optional Virtual care remote Support • xiv. Mounting: Floor Pedestal- Include integrated IV Pole •c. Accessories: IV Pole • i. Choice of adjustable height Single Hook or fixed height Double Hook IV Pole Manufacturer will ship the hardware to the medical treatment facility and said devices must also include instructions and operating manual. DELIVERY The company shall properly ship the system to the medical treatment facility located at: Medical Materiel Bldg 830 Area A 4881 Sugar Maple Dr. Wright Patterson AFB, OH 45433 All shipping costs to include insurance will be included in contractor's proposal. Great care using standard, approved packaging methods shall be taken. WARRANTY Must include a one-year warranty period: free from defects in material and workmanship, under normal and proper use in accordance with instructions in the user and maintenance manuals. 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: 339112 - Surgical and Medical Instrument Manufacturing. 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 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel 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 Provisions in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, System for Award Management 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 Additional Information: IMPORTANT NOTICE TO: ALL CONTRACTORS WORKING ON WRIGHT-PATTERSON AFB, OHIO LEVEL I ANTITERRORISM (AT) AWARENESS TRAINING As members of "Team Wright-Patt" contractors and their employees are subject to the same or greater risk of becoming a victim in a terrorist act or inadvertently providing terrorists with a means to target Wright-Patterson Air Force Base. The Department of Defense (DoD) Standard 22 mandates that the Air Force OFFER Level I AT Awareness Training to all contractors and their employees, under the terms and conditions specified in this contract. You and your employees are strongly encouraged to complete the computer based AT Awareness Training found at http://jko.jten.mil/courses/atl1/launch.html. 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, submit your responses to joshua.bibee@us.af.mil. E-mail responses should be received no later than 4:00 PM EST on 10 January 2018. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-Q-0031/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base, Ohio, 45039, United States
Zip Code: 45039
 
Record
SN04785519-W 20180111/180109231708-457d1d683736efdbe029f1d32ba55f6a (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.