SPECIAL NOTICE
65 -- Intent to Sole Source
- Notice Date
- 1/21/2016
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025916N0007
- Archive Date
- 1/26/2016
- Point of Contact
- MarkAnthony B. Lademora, Phone: 6195325357
- E-Mail Address
-
markanthony.b.lademora.civ@mail.mil
(markanthony.b.lademora.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to Encore Medical, L.P., 9800 Metric Blvd, Austin, TX 78758-5445, for DJO reverse shoulder prosthesis. The reverse shoulder is anatomical-shaped proximal body and come in sizes 6x101mm, 7x105mm, 8x109mm, 10mmx116mm, and 12mmx124mm with revisions sizes: 6mm, 8mm, 10mm, and 12mm in one length of 175mm. The total shoulder has an intrinsic modular indexable neck, anatomic metaphysis, and 135 degree head/neck angle, proximal plasma-sprayed, A/P fins with suture holes, medial hole, and titanium alloy for the Naval Medical Center San Diego (NMCSD), San Diego, CA. Delivery is required 25 January 2016. Encore Medical, L.P. is the only source that provides DJO reverse shoulder prosthesis. The reverse shoulder is anatomical-shaped proximal body and come in sizes 6x101mm, 7x105mm, 8x109mm, 10mmx116mm, and 12mmx124mm with revisions sizes: 6mm, 8mm, 10mm, and 12mm in one length of 175mm. The total shoulder has an intrinsic modular indexable neck, anatomic metaphysis, and 135 degree head/neck angle, proximal plasma-sprayed, A/P fins with suture holes, medial hole, and titanium alloy. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order. Capability statements are due by 9:00 AM Local Time, January 25, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: markanthony.b.lademora.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025916N0007/listing.html)
- Record
- SN03997756-W 20160123/160121234623-10077c57844e0d377eabeb59d6643c99 (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 |