SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source
- Notice Date
- 9/3/2013
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- 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
- N6264513RCES098
- Archive Date
- 10/3/2013
- Point of Contact
- Kasey L. Carroll, Phone: 3016198895, Tameka N Davis, Phone: 301-619-1677
- E-Mail Address
-
kasey.carroll@med.navy.mil, tameka.davis@med.navy.mil
(kasey.carroll@med.navy.mil, tameka.davis@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106 (b)) with Gaumard Scientific Company Inc., 1400 SW 136th Street, Miami, FL, 33196-5691, as the only responsible source that can provide a maternal and neonatal birthing simulator with two accessory systems equipment that meets the requirement of the government. The maintenance contract is for one year estimated at $45,000.00. Gaumard Scientific is the only vendor that can provide birthing training manikins which are capable of the required simulated physiological responses to intervention for training purposes without tethers of any kind attached to the units. It is essential that both the maternal and neonatal manikins be tetherless and full-size to provide for realistic medical training in all environments. Without these capabilities, Naval medical staff will not be adequately prepared for duty. Gaumard Scientific is the only vendor that can provide a full size, tetherless system capable of all of the required training sequences. 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 maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software. This acquisition is being conducted under simplified acquisition procedures FAR 13.106(b). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112 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 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Kasey Carroll at kasey.carroll@med.navy.mil. Statements are due not later than 3:00 PM on 18 Sept 2013. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264513RCES098/listing.html)
- Record
- SN03171871-W 20130905/130903235601-44a2317fcecb21ab991b7e3eb65f3328 (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 |