SPECIAL NOTICE
65 -- Notice of Intent to Sole Source - Notice of Intent
- Notice Date
- 6/8/2016
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645RCES068
- Archive Date
- 9/30/2016
- Point of Contact
- Yun P. Hong, Phone: 3016198895
- E-Mail Address
-
yun.p.hong.civ@mail.mil
(yun.p.hong.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 13.106-1(b) (1)). The proposed source is Terumo Cardiovascular Systems Corporation, 6200 Jackson Rd, Ann Arbor, MI 48103-9586. Naval Medical Center (NMC) Portsmouth has a requirement for two (2) CDI Blood Parameter Monitoring System 500; comprised of two (2) Monitors w/500A and Hct/Sat probe, two (2) Monitor pole clamp, two (2) Cable head bracket, one (1) Gas A calibration for use w/540, one (1) Gas B calibration for use w/540, one (1) Calibrator [20-174]. The units shall be capable of continuous measurement and display of hydrogen ion concentration (pH), partial pressure of carbon dioxide (pCO2), partial pressure of oxygen (pO2), potassium (K+), oxygen saturation, hematocrit ratio, hemoglobin, and temperature during cardiopulmonary bypass (CPB). The units shall be capable of interfacing in-line with the Sorin S5 heart-lung bypass systems during open heart surgery. Available parameters shall include pH, pCO2, partial pressure of arterial oxygen (pAO2), bicarbonate (HCO3), Base Excess, hematocrit (Hct), arterial oxygen saturation (SaO2), venous oxygen saturation (SvO2), and potassium (K+). The unit shall be capable of utilizing a user-selected combination of blood parameter modules (BPMs) in conjunction with a hematocrit/oxygen saturation probe (H/S probe), disposable sterile sensors and H/S cuvette, and a calibrator. The unit shall be capable of 2-point gas calibration to obtain blood parameter values by measuring the fluorescent intensity of the blood. The power requirement is 110VAC, 60Hz. The monitor, including claims made for the product, shall be compliant with the Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. These requirements shall apply even if delivery is requested outside of the United States of America. The monitor shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the monitor, 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. 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. 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 10:00 AM Local Time, 27 June 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: yun.p.hong.civ@mail.mil, reference number N6264516RCES068 Phone calls will not be accepted. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES068/listing.html)
- Place of Performance
- Address: Naval Medical Center Portsmouth, Portsmouth, Virginia, 23708, United States
- Zip Code: 23708
- Zip Code: 23708
- Record
- SN04143023-W 20160610/160608234654-4bfc60bf0151947159145abbdfb32888 (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 |