Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOLICITATION NOTICE

66 -- Analyzer, Laboratory, Semen - SOLE SOURCE STATEMENT

Notice Date
2/29/2016
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
N6264516RCES008
 
Point of Contact
Andrew A. Hampton, Phone: 3016193115
 
E-Mail Address
andrew.a.hampton3.civ@mail.mil
(andrew.a.hampton3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Statement Other Than Full and Open Competition 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 13.106-1(b)(1)) with Medical Electronic Systems, LLC, 5757 W Century Blvd, Suite 805, Los Angeles, CA 90045, as the only responsible source that can provide a Computer-Aided Sperm Analysis (CASA) system. The requirement for the Computer-Aided Sperm Analysis system is for Naval Hospital Camp Pendleton, CA. The contractor shall be able to provide a Computer-Aided Sperm Analysis (CASA) system. The system shall be capable of performing automated quantitative and qualitative analysis of human semen according to the World Health Organization (WHO) testing criteria, fifth edition. The system shall be capable of analyzing samples and reporting at least the following: total count, total volume, total concentration, motility, progression, morphology, and vitality. The system shall be capable of testing the following sample types: fresh, washed, frozen, and post-vasectomy. The system shall be capable of magnifying samples for detailed inspection. The power requirement is 110VAC, 60Hz. 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. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems, 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. Based on the above information, the only technically acceptable system is provided by Medical Electronic Systems, LLC. This acquisition is being conducted under FAR Part 12 and 13. Provisions and clauses in effect through Federal Acquisition Circular 2005-86 are incorporated. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334516 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 shall submit technical data sufficient to determine capability in providing the same product. All capability statements received by closing of this notification 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements (formats for submission: PDF, MS Word, or MS Excel) should be sent to Andrew Hampton at andrew.a.hampton3.civ@mail.mil. Closing date for capability statements is no later than 3:00 PM local time on 30 Mar 2016. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264516RCES008/listing.html)
 
Record
SN04034364-W 20160302/160229235155-8e3e1522009bae3480f1304169638219 (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.