SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source - Waste Disposal Unit and Docking Stations
- Notice Date
- 8/16/2010
- Notice Type
- Presolicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264510RCES268
- Archive Date
- 9/7/2010
- Point of Contact
- Courtney A. Piar, Phone: 301-619-7467
- E-Mail Address
-
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Alliant Healthcare Products, 8850 M89 STE A, Richland, MI 49083, as the only responsible source that can provide surgical waste-disposal units that can remove both fluids and smoke from an operating room environment in one unit. This allows for better throughput in the operating room as this all-in-one system takes up less room. There would be a need for two pieces of medical equipment to fulfill this requirement if any other vendor was chosen, adding an additional cost to the government. This unit is also the only one available that collects and disposes of surgical waste without operator assistance. All waste is fully enclosed in the Neptune 2 system and only empties/clean itself via being connected to a docking station when full or at the end of the day. With this system none of the healthcare staff comes into contact with infectious fluids and smoke plumes in the operating room; therefore reducing health risks to the staff.. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. National Naval Medical Center Bethesda has eighteen (18) surgical waste-disposal units and two (2) docking stations. The units shall be all-in-one units that contain and dispose of medical fluids and smoke during surgical procedures. Each waste-disposal unit shall have the following: IV pole with the capacity for 4-3000cc bags, large- rotating digital display, two independently adjustable suction lines (one to each canister), dual canister design (one at least 4L capacity and one at least 20L capacity), smoke evacuator with ULPA filtration, horizontal designed tube connection, and enclosed canister system. The smoke evacuation filter shall be changeable by the operating room staff. The smoke evacuation filter shall be changeable by the operating room staff. The smoke evacuator portion shall be able to trap 0.12 microns of particulate with at least 99% efficiency. Each unit shall be able to account for smaller amounts of fluids collected down to a milliliter. These units shall be portable and able to move from room to room in the operating suite. The electrical requirements shall be: 120V, 60Hz, less than 15 Amps, and single phase. Items being purchased in this acquisition: Surgical Waste-Disposal Unit (18) Docking Station (2) This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 423450 with a Small Business Size Standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on the above information, the only technically acceptable system is provided by Alliant Enterprises LLC. Submit email capability statements (using PDF, MS Word, Excel attachments) to Courtney Piar at Courtney.piar@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Courtney Piar. Email statements are preferred. Statements are due not later than 1:00 P.M. EST on 23 August 2010. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510RCES268/listing.html)
- Record
- SN02241754-W 20100818/100816234736-21216490664f34fd8793b442eba5f066 (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 |