Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 27, 2015 FBO #5025
SOLICITATION NOTICE

65 -- Neodymium-Doped Yttrium Aluminum Garnet, Dental Laser

Notice Date
8/25/2015
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264515RCES044
 
Archive Date
12/31/2015
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.j.bell.civ@mail.mil
(derek.j.bell.civ@mail.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 Millennium Dental Technologies, Inc., 10945 S St Suite 104-A Cerritos, CA 90703. The requirement is for an IDIQ contract for neodymium-doped yttrium aluminum garnet Dental Laser for various Naval Medical Treatment Facilities. The minimum number of units that shall be ordered is 3. The maximum number of units that shall be ordered is 40. The configurations listed below shall be available via this contracting vehicle. Vendor shall provide laser systems to be used for periodontal therapeutic procedures to treat periodontal disease. The systems shall be approved for use with the Laser Assisted New Attachment Procedure (LANAP) and the Laser Assisted Peri-Implant Procedure (LAPIP). The system shall be capable of preforming LANAP, LAPIP and soft tissue laser procedures. This laser system shall promote the regeneration of bone, periodontal ligament and cementum by the LANAP Protocol. The system shall capable of operating using Neodymium: Yttrium Aluminum Garnet (Nd: YAG) emitting a 1064 nm wavelength with variable pulse duration. The free running (RF) pulsed laser shall be capable of ablation of the sulcular epithelium in an infected periodontal pocket by generating high peak powers of at least 250 megawatts. Vendor shall also provide annual maintenance coverage for the laser system. The power requirement is 220V and 60Hz. The system shall include Original Equipment Manufacturer (OEM) end user training to perform LANAP and LAPIP protocol while executing periodontal procedures. Vendor shall provide training for three members of the Navy Post Graduate Dental School (NPDS) to become Institute for Advanced Laser Dentistry (IALD) Certified Instructors for the LANAP and LAPIP protocols. These individuals shall be capable of training NPDS residents such that they may become certified to use the LANAP/LAPIP protocols and the associated laser system. 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. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510 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 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 Derek Bell at derek.j.bell.civ@mail.mil. Statements are due not later than 2:00 PM EST on 9 Sep 15. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264515RCES044/listing.html)
 
Record
SN03855715-W 20150827/150826000630-a974290f4f76824fb7bb50db3c0f32d9 (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.