Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

Flex Focus 500

Expired
FA486117RB012Federal
General Info

Agency

Department Of Defense → FA4861 99 Cons Lgc

View Agency

NAICS

334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing

View NAICS

Place of Performance

Mike O'Callaghan Federal Medical Center, NELLIS AFB, NV, 89191, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA4861 99 Cons Lgc
Contacts2 people available
OfficeNELLIS AFB, NV, 89191-7063, USA
Organization / Agency
Department Of Defense → FA4861 99 Cons Lgc
View Agency Profile
Office Address

NELLIS AFB, NV, 89191-7063, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
THIS IS A REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY This is a market survey for planning purposes only and no award will be made as a result of this RFI to identify interested sources. Submitting your company information does not bind the Air Force for any future solicitations or contracts resulting from this RFI. The Government is contemplating a sole source award to Analogic for a Flex Focus 500 Ultrasound System with Prostate Triplane Transducer (12-4 MHz) for use in the Urology Department at the Mike O'Callaghan Federal Medical Center. Nellis Air Force Base in Las Vegas, NV requests capability statements from companies for the purpose of determining if additional sources for this requirement exist. The finding from this Market Research effort may impact any future solicitations related to this requirement. This RFI is not a solicitation as defined by FAR 2.101 and the Government is not requesting offers or proposals at this time. Responses to this RFI will not form a binding contract. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The Government is requesting that restrictive or proprietary markings or information not be used in response to this RFI. Interested parties should send their company/service capabilities information electronically no later than Wednesday, 17 May 2017 by 3:30pm PDT via email to maggie.chittur.2@us.af.mil. Phone calls are not accepted at this time. Please note: All contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov

Similar Contracts

NAICS: 334510
New
Federal

MONITOR, PATIENT VIT

The contract involves the procurement of two units of a patient vital signs monitor featuring an easy-to-use interface with a vivid touchscreen display. The device supports comprehensive vital sign measurements, including blood pressure averaging, spot checking, interval monitoring, and custom scoring tailored for different patient populations. It integrates SureBP non-invasive blood pressure, non-invasive SpO2 monitoring, and SureTemp Plus thermometry, operating at a frequency of 50.0 or 60.0 Hertz. Each unit requires unique Item Unique Identification (IUID) compliant with MIL-STD-130 and related technical standards, ensuring traceability and accountability under applicable defense acquisition regulations. Packaging and shipping must follow commercial standards as specified, with each unit securely packed in sealed containers to prevent damage during transit, marked according to Medical Marking Standard No. 1, which supersedes MIL-STD-129. The contract includes adherence to specific technical and quality requirements referenced in the DLA Master List and includes clauses for the removal of government identification from non-accepted supplies. The delivery timeframe is set at 20 days after date of order (ADO), and the contract is managed by the Department of Defense’s Medical Supply Chain MD SURG FSF, with procurement details accessible through the Defense Logistics Agency’s systems.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 20 hours ago

DEADLINE

in 6 days

View Details
NAICS: 334510
New
Federal

Sumitomo/Gifford-McMahon Cryocooler, compressor, power cord, hose assembly, cable assembly, and installation kit - OR - Domestic Equivalent.

The contract issued by Oak Ridge National Laboratory’s Fusion Energy Division seeks to procure a Sumitomo/Gifford-McMahon Cryocooler system or a domestic equivalent, which includes a cryocooler unit, compressor, power cord, hose assembly, cable assembly, and installation kit. The procurement is identified under solicitation number RFQSSPR452058 with a response deadline of March 17, 2026. This acquisition supports advanced energy research requiring precise cryogenic cooling equipment. Detailed technical specifications and bill of materials are provided in Attachment C of the solicitation to ensure that vendors meet the necessary performance and compatibility criteria. The place of performance is Oak Ridge, Tennessee, and the procurement is managed by the Department of Energy’s contractor, UT-Battelle, LLC, with Scott Scarbrough serving as the primary point of contact. The contract is governed by comprehensive federal and DOE regulations, flowing down requirements from the prime contract DE-AC05-00OR22725. These include mandatory compliance with the Federal Acquisition Regulation (FAR) and Department of Energy Acquisition Regulation (DEAR), ensuring adherence to ethical standards, labor laws, anti-kickback statutes, and small business participation requirements. The terms and conditions for commercial products also apply, covering disputes, warranties, inspections, shipping protocols, electrical equipment standards, and payment processes through the Ariba Network. Provisions for excusable delays, termination rights, and regulatory compliance responsibilities are clearly defined, reinforcing accountability for the supplier throughout contract performance. This structured framework ensures that the contractor’s obligations align with federal mandates while facilitating the timely delivery and installation of this critical cryogenic equipment.

Ornl Ut-battelle Llc-doe Contractor

POSTED

5 days ago

DEADLINE

in 7 days

View Details