Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2012 FBO #3756
SPECIAL NOTICE

99 -- Cell Washing Systems

Notice Date
3/5/2012
 
Notice Type
Special Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264512RC2001
 
Archive Date
4/5/2012
 
E-Mail Address
jaime.belletto@med.navy.mil
(jaime.belletto@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 6.302-1 with Haemonetics Corporation, 400 Wood Road, Braintree, MA 02184 as the only responsible source that can provide a ACP 215 Cell Washer System manufactured by Haemonetics. Machine (Closed): Height: 17.0 in. (43.0 cm); Width: 21.5 in. (55.0 cm); Depth: 12.0 in. (30.5 cm); Weight: 56 lbs. (25.0 kg); Machine (In Operation): Height: 26.5 in. (67.5 cm) Width: 21.5 in. (55.0 cm); Depth: 21.5 in. (55.0 cm); Weight: 56 lbs. (25.0 kg);Electrical: Voltage: 110-240+ “10%; Frequency: 47-63 Hz; Current: 5.0 Amperes The ACP 215 is the cell washer mandated to be utilized by Armed Services Blood Program coordinated by the Armed Services Blood Program Office. The ACP 215 is the only cell washer that meets the NAVY standards as defined in NAVMED P-5123. Additionally, the ACP 215 interfaces with the existing Total Containment Device (TCD), manufactured by Haemonetics onboard. The choice of any other manufacturer would result in a breakdown of that interoperability between fleet and reduce the lifesaving capability of each of the ships. 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. This acquisition is being conducted under FAR 12 and FAR 15 under the authority of the Simplified Acquisition Procedures. There are no 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 500. 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, including cost, 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Jaime Belletto, jaime.belletto@med.navy.mil by 4 PM EST on April 5, 2012. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512RC2001/listing.html)
 
Record
SN02688666-W 20120307/120305233722-e716d048421f61ffcc78999bad42b06e (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.