FEDBIZOPPS NOTICE OF INTENT TO SOLE SOURCE
The 10th Contracting Squadron, Directorate of Contracting, United States Air Force Academy (USAFA) Colorado received a Sole Source justification for the purchase of an Anatomage Table. The government intends to award a Firm Fixed Price contract to Anatomage, Inc. located at 303 Almaden Blvd, Suite 700, San Jose, CA 95110-2721. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with FAR Parts 12 and 13.
The North American Industry Classification System (NAICS) code is 339112 and the size standard in number of employees is 1,000.
There is only one responsible source identified to satisfy the USAFA requirement.
· This request is issued for the USAFA Dean of Faculty, Department of Biology.
· Anatomage, Inc. is the only known, responsible vendor capable of providing a virtual dissection table meeting the following salient characteristics:
o Displays full-length, life-sized, and accurate anatomical imagery of cadavers.
o Displays at minimum one full-size male and one full-size female cadaver at a 1:1 scale.
o Includes tools to selectively view major and minor anatomical features in various combinations and viewing angles.
o Machine supports multiple display arrangements:
§ Can be oriented to display the virtual cadaver to a seated classroom audience.
§ Can facilitate group interaction of 6 adult-sized students around the device in the tabletop configuration.
o Software must include college-level study modules, such as quizzes or guided exploration, to reinforce learning; software also allows creation of user-built study modules.
o Must display all text in English.
o Does not require an internet connection.
o Includes a minimum of 3 years of parts and service warranty.
o Includes on-site training and device orientation.
o Delivery and installation within 8 weeks of purchase.
· Anatomage, Inc. is the only authorized distributor and service provider for the Anatomage Table.
This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time.
Any offerors believing they can provide the required TextLab enhancements described above may provide evidence for consideration. Evidence must support the offeror's claim they can provide this brand name or equal. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 10:00 am Mountain Standard Time (MST) on 7 August 2019. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated.
The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/.
Questions should be addressed to the Primary POC:
Ryan Mavis, Contracting Officer, (719) 333-8265, [email protected].
5352.201-9101 OMBUDSMAN (JUN 2016)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,
James Anderson
8110 Industrial Drive, STE 103
USAFA, CO 80840
Telephone number 719-333-3829
FAX 719-333-9018
Email: [email protected]
Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)