Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2012 FBO #3738
SOLICITATION NOTICE

65 -- NEONATAL/PEDIATRIC INTENSIVE CARE VENTILATOR UNITS

Notice Date
2/16/2012
 
Notice Type
Presolicitation
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N626452RCES061
 
Response Due
3/2/2012
 
Archive Date
4/30/2012
 
Point of Contact
BRIAN MILLER 301/ 619-1086
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 6.302-1). The proposed source is Maquet, Inc. 45 Barbour Pond Rd, Wayne, NJ 07470. The Pediatric Intensive Care Unit at Naval Medical Center San Diego (NMCSD) has a requirement for two (2) neonatal/pediatric intensive care ventilator units. The units shall be compatible with the current installed base of neonatal/pediatric intensive care ventilator units at NMCSD. The units shall be suitable for use on neonatal, pediatric, and adult patients. The units shall be capable of providing ventilation to patients via invasive and non-invasive means. The units shall have the capability of using compressed air, O2, and Heliox. The units shall be equipped with a nebulizer for pharmaceutical administration. The units shall have adjustable tidal volume with a minimum tidal volume of 2 mL. The units shall have adjustable inspiratory pressure with a minimum pressure of 0. The units shall be capable of providing patient ventilation in pressure mode, flow mode, and combination mode. The units shall be capable of Synchronized Intermittent Mandatory Ventilation (SIMV). The units shall be capable of allowing mixed controlled and assistive patient ventilation, with a means of allowing the patient to breathe spontaneously. The power requirement is 120VAC, 60 Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 423450 with a small business size standard of 100. 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 will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Brian Miller at brian.miller4@med.navy.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Brian Miller. Email challenges are preferred. Closing date for challenges is no later than 10:00 AM. ET on 2 March 2012. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N626452RCES061/listing.html)
 
Record
SN02677844-W 20120218/120216235643-2dedb4f231160d621c9a23536ef4b3ec (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.