Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SPECIAL NOTICE

65 -- Sole Source: Flex Focus 300 Ultrasound - Sole Source Justification

Notice Date
9/17/2018
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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
N0025918N0109
 
Archive Date
10/6/2018
 
Point of Contact
Russell McCullough, Phone: 6195328083
 
E-Mail Address
russell.a.mccullough.civ@mail.mil
(russell.a.mccullough.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b) (1), due to only one source being available to meet the Government's needs, to Analogic Corporation located at 8 Centennial Dr, Peabody, MA 01960. The requirement is for the purchase of Flex Focus 300 Ultrasound System and accessories. The urology department will utilize the biplane ultrasound that combines simultaneous biplane imaging in one transducer. This requirement requires simultaneous biplane real time images of the prostate in both sagittal and transvers planes. The system also needs to be mobile and accommodate a variety of transducers for prostate and renal imaging capabilities. The ultrasound system needs the following: Mobile battery keyboard dock, DICOM, endorectal biplane transducer, curved array transducer, leakage test kit, printer start-up kit, puncture attachment, application training, and sterile biopsy guides. Analogic Corporation is the only manufacturer and sole provider that can provide these salient characteristics above. 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 12:00 PM Local Time, 21 September 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Russell.a.mccullough.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0109/listing.html)
 
Record
SN05092706-W 20180919/180917231334-c2dac61bb6a9974357f201cd1141fe65 (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.