SOLICITATION NOTICE
Q -- Intent to Sole Source for rental of the Ossa Tron shockwave system
- Notice Date
- 3/19/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- 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
- N0025918N0046
- Archive Date
- 4/10/2018
- Point of Contact
- Renier Valdez, Phone: 6195325357
- E-Mail Address
-
renier.s.valdez.civ@mail.mil
(renier.s.valdez.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source 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 Premier Shockwave, Inc; 750 Hammond dr. Building 18 Suite 200, Atlanta, GA, 30328-5532. Reference number is N0025918N0046. Requirement is for the rental of the OssaTron shockwave system for Naval Health Clinic Lemoore. Premier Shockwave, Inc is the only vendor that can provide the OssaTron shockwave system that meets the minimum requirements as listed below: Reason for sole source as follows: • It is FDA approved and provides a non-invasive treatment for chronic plantar fasciitis and lateral epicondylitis. It is the only device available in the market as high-energy electro-hydraulic extracorporeal shockwave (ESWT). Premiere shockwave is the only mobile provider in the nation. Ossatron treatment yields to more successful outcomes, and enhances the patient care experience. Vendor must be able to provide the required service to Naval Hosptial NAS Lemoore, 937 Franklin ave, Lemoore, CA 93246. 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 provide the required items. 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 0700 Pacific, 26 MAR 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: renier.s.valdez.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0046/listing.html)
- Place of Performance
- Address: 937 Franklin ave, Lemoore, Lemoore, California, 93246, United States
- Zip Code: 93246
- Zip Code: 93246
- Record
- SN04859869-W 20180321/180319231732-0b5cee88f619cc25e7ea2d4615d5954a (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 |