SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source
- Notice Date
- 8/1/2017
- Notice Type
- Presolicitation
- 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
- N6264517R0078
- Archive Date
- 8/30/2017
- Point of Contact
- Kathryn L. Brown, Phone: 3016193067
- E-Mail Address
-
kathryn.s.brown12.civ@mail.mil
(kathryn.s.brown12.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 to Iron Bow Technologies, LLC, for nine information systems, telemedicine, videoconferencing carts in support of the Naval Medical Center Portsmouth; U.S. Naval Hospital Guantanamo Bay, Cuba; Naval Branch Health Clinic Bahrain; Naval Hospital Jacksonville; Navy Medicine East; and Navy Medicine West. The systems shall include an examination station/cart with a computer, SX20 Codec camera, pan-tilt-zoom (PTZ) camera, microphone, and speakers. The cart shall include at least dual 22 inch 1080 pixel(p) high-definition (HD) monitors that have independent electric height adjustment and at least 120º of vertical axis rotation. The cart shall include an anti-microbial work surface, an integrated waterproof and dust-proof keyboard, powered hydraulic locking storage bins, and device holders for the exam camera and stethoscope. The cart shall have a useable working surface area of at least 320 in2, and the tabletop shall adjust to a height of at least 42 inches. The cart shall be held in place by dual locking casters and shall have electronic, hydraulic-locking compartments that are customized to hold the handheld body examination camera and 12-lead electrocardiograph (ECG). The cart shall include an integrated computer system. The cart shall have a retractable power cable and reel. Battery life shall last at least 8 hours, having an AC input voltage range of 90-220 V DC. The system shall be an FDA Class I registered device. The system shall include a handheld body examination camera. The camera shall have a complementary metal oxide semiconductor (CMOS) sensor, resolution of at least 720p, 1 megapixel still image capture, freeze frame, auto color balance, and light intensity control functions. The camera shall include accessories for a tongue depressor, derm hood, and variable polarizing hood to eliminate glare. The camera shall have a focal range of at least 45 millimeters (mm). The camera shall include an otoscope module with LED lights to control variable intensity settings. The otoscope module shall be compatible with Welch Allyn Universal Otoscope Specula. The system shall include an electronic stethoscope chest piece with a coiled cable connectible to the computer. The stethoscope shall come with software to offer Bell mode, Diaphragm mode, and Extended Range Stethoscope filters. The software shall allow remote users to listen with a standard headset. The system shall include a vital signs monitoring device to record peripheral capillary oxygen saturation (spO2), pulse rate, and body temperature. The vital signs monitor shall determine the body temperature within 5 seconds. The system shall wirelessly integrate live vital signs into the telemedicine cart software. The system shall include a 12-lead electrocardiograph (ECG). The ECG shall wirelessly stream data from the patient to a remote computer. The system shall support up to nine ECG devices, without interference. The test results shall integrate into the patient health records, Military Health System (MHS) Genesis. The system shall include software to support the SX20 Codec camera, stethoscope, and video module. The software shall support patient monitoring and reporting capabilities. The software shall be DICOM-compliant with licensing for a single user. U.S. Naval Hospital Guantanamo Bay, Cuba; Naval Branch Health Clinic Bahrain; Navy Medicine East; and Navy Medicine West have requirements for telemedicine stations that include audiology assessment equipment. The systems shall be used for checking a patient’s hearing, tuning hearing aids, and live videoconferencing. The system shall include an audiometer with a frequency of up to 20,000 hertz (Hz). The system shall include user interface controls for the audiometer, as well as a noise canceling headset, a Probe Microphone Measurements (PMM) device, and a tympanometer. All equipment and services are listed on Iron Bow Technologies, LLC GSA contract GS-35F-0251V, with the exception of the following open market items: Description Part Number SX20 Quick Set with 4x PHDCam CTS-SX20-PHD4X-K9 ESS WITH 8X5XNBD SX20 Qk Set HD CON-ECDN-SX2PHD4X 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 estimated period of performance is September 2017-September 2022. 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 contract. Capability statements are due by 2:00 PM Local Time, August 15, 2017. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Kathryn.s.brown12.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517R0078/listing.html)
- Place of Performance
- Address: see description, United States
- Record
- SN04607748-W 20170803/170801233033-cfad24588b019958a5f21dce243198df (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 |