SPECIAL NOTICE
65 -- Notice of Intent to Sole Source - One (1) Decontamination Unit
- Notice Date
- 9/4/2015
- Notice Type
- Special Notice
- 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
- N6264515RCES063
- Archive Date
- 10/6/2015
- Point of Contact
- Jayme L. Fletcher, Phone: 3016190300
- E-Mail Address
-
jayme.l.fletcher2.civ@mail.mil
(jayme.l.fletcher2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 13.106-1(b)(1)(i)). The proposed source is Ultra Clean Systems Inc., 148 Dunbar Ave Ste A, Oldsmar, FL 34677. Naval Medical Center (NMC) San Diego has a requirement for one (1) decontamination unit. The system shall be capable of decontamination of surgical instruments that include but are not limited to cannulated, laparoscopic, orthopedic and robotic instrumentation. The system shall be capable of cleaning multiple sets of surgical equipment at one time. The system shall be capable of removing bio-burden by cavitation. The system shall be capable of disinfecting at least 160 sets of equipment daily, while still conforming to the instruments Manufacturer's Instructions for Use (IFU). The system shall be capable of a fully automatic degas, wash, rinse and air purge. The system shall be compatible with tap, reverse osmosis (RO) or deionization (DI) water. The system shall have multiple basins which can be programed separately for processing of multiple sets with different irrigation times simultaneously in order to increase throughput thus increasing patient safety and decreasing patient wait time. The system shall be capable of processing at least three (3) baskets per basin at one time. The system shall include baskets to meet the required throughput, accessory kit, fill, drain and rinse hoses. The power requirement shall be 220V and 60Hz. 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 the Occupational Safety and Health Administration (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 notice of intent is not a request for competitive proposals; however, if a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Jayme Fletcher at jayme.l.fletcher2.civ@mail.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Jayme Fletcher, reference solicitation number N6264515RCES063. Email challenges are preferred. Closing date for challenges is no later than 1300 Local Time, 21 September 2015. No phone calls will be accepted. Please note that a determination by the Government not to compete this proposed contract based upon 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264515RCES063/listing.html)
- Record
- SN03873499-W 20150906/150904235815-4f85dbde48cc9f4916a1f0373233af3e (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 |