SPECIAL NOTICE
65 -- Electrosurgical Unit (Monpoloar/bioplar) - NOI
- Notice Date
- 2/22/2018
- 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
- N62645KW1801
- Archive Date
- 9/30/2018
- Point of Contact
- Kara E. Williams, Phone: 3016197467
- E-Mail Address
-
kara.e.williams5.civ@mail.mil
(kara.e.williams5.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is the NOI The Naval Medical Logistics Command intends to negotiate on a sole source basis IAW FAR 13 with Medtronic U.S.A., Inc. 180 International Drive, Portsmouth, NH 03801, as the only responsible source that can provide the electrosurgical monopolar/bipolar units for Naval Medical Center Portsmouth, VA and Naval Medical Center San Diego, CA. The Naval Medical Logistics Command has a requirement for one (1) electrosurgical unit, monopolar/bipolar, tissue fusion for Naval Medical Center (NMC) Portsmouth and two (2) electrosurgical units, monopolar/bipolar, tissue fusion for Naval Medical Center (NMC) San Diego. The requirement is for (1) electrosurgical unit for NMC Portsmouth, VA and (2) electrosurgical units for NMC San Diego, CA. The electrosurgical units shall deliver bipolar and monopolar radio frequency (RF) energy for resection and coagulation of soft tissue. The units shall deliver RF energy via pulsed plasma-mediated electrical discharge delivered concurrently with saline for hemostatic and coagulation sealing of soft tissue and bone. The units shall provide RF energy through highly insulated cutting electrodes via disposable monopolar and bipolar electrosurgical hand pieces. The units shall include a rotary peristaltic pump capable of delivering saline concurrently with RF energy, so as to assist with hemostatic sealing and coagulation of soft tissue and bone. The units shall delivery bipolar frequency power from 20 to 220 Watts (W), with a 5 or 10 W increment increase. The units shall have a power output of 0.5 to 90 W when using the monopolar cut and coagulation features. The units shall have low, high, and medium saline flow settings. The units shall allow for simultaneous activation and use of 2 consumable hand pieces. The units shall feature a touch screen monitor. The unit shall feature storage for a plasma consumable hand piece, a bipolar vessel sealing handpiece, and a patient return electrode. The units shall feature a generator cart that can simultaneously hang four (4) saline bags, each for supplying the saline pump. The cart shall be on wheels and include shelving/storage. Each electrosurgical unit and cart shall include a 1 year warranty. The power requirement is 110 V, 60 Hz. 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, including claims made for the product, shall be compliant with 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 system shall be installed in compliance with 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 all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. This acquisition is being conducted under simplified acquisition procedures IAW FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112 with a small business size standard of 1,000. 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 will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. Should you wish to be considered for this requirement submit capability statements via email (using PDF, MS Word, Excel attachments) to Kara Williams at kara.e.williams5.civ@mail.mil. Statements are due not later than 3: 20 PM. ET on 10 March 2018. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645KW1801/listing.html)
- Place of Performance
- Address: NMLC, 693 Neiman Street, Fort Detrick, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN04831362-W 20180224/180222231635-2975480d7e4c9f9203fb9907db2ac4ee (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 |