Spinal Cord Stimulator Implant

expired opportunity(Expired)
From: Federal Government(Federal)
FA8601-A005805

Basic Details

started - 31 Jan, 2020 (about 4 years ago)

Start Date

31 Jan, 2020 (about 4 years ago)
due - 06 Feb, 2020 (about 4 years ago)

Due Date

06 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA8601-A005805

Identifier

FA8601-A005805
DEPARTMENT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705758)DEPT OF THE AIR FORCE (60189)AFMC (17422)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4831)FA8601 AFLCMC PZIO (1049)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SPINAL CORD STIMULATOR IMPLANTThe 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 SGC/SGCS requirement.  It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Furthermore, 88 SGC/SGCS 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 beta.SAM 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 Nichole Knell (AFLCMC/PZIBA), angela.knell.1@us.af.mil  no later than 2:00 pm EST on 6 February 2020. Verbal questions will NOT be accepted. PROGRAM DESCRIPTIONA Spinal Cord Stimulator Implant is required for patients that have chronic pain of the trunk and limbs.  Spinal Cord Stimulation (SCS) surgery is an advanced pain-relief procedure that works by blocking pain signals in nerves from reaching the brain, where feelings of pain are processed.  This implant is specific to patient anatomy.REQUIREMENTSPLEASE SEE ATTACHED STATEMENT OF WORK FOR MORE DETAILS. WARRANTYFree from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual, for the period of time of one year after receipt.CONTRACTOR CAPABILITY SURVEYPart I.  Business InformationPlease 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 ManufacturingBased 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 ManagementFAR 52.204-13, System for Award Management MaintenanceFAR 52.204-16, Commercial and Government Entity Code ReportingFAR 52.204-18, Commercial and Government Entity Code MaintenanceFAR 52.217-8, Option to Extend ServicesFAR 52.217-9, Option to Extend the Term of the ContractFAR 52.232-39, Unenforceability of Unauthorized ObligationsFAR 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 ProductDFARS 252-225-7048, Export-Controlled ItemsDFARS 252-243-7001, Pricing of Contract ModificationsAFFARS 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 InstallationsAFFARS 5352.242-9000, Contractor Access to Air Force Installations      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 Questions1.    Is your firm registered in the System for Award Management (SAM)? 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 angela.knell.1@us.af.mil. E-mail responses should be received no later than 2:00 pm EST on 6 February 2020. 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 beta.SAM 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.

Wright Patterson AFB ,
 OH  45433  USALocation

Place Of Performance : N/A

Country : United StatesState : OhioCity : WRIGHT PATTER

You may also like

DENTAL IMPLANTS

Due: 02 Aug, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Sleep Implants

Due: 19 Apr, 2024 (Today)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PERIPHERAL NERVE STIMULATOR

Due: 30 Apr, 2024 (in 11 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies