SOLICITATION NOTICE
65 -- Cataract Extraction Units, Naval Medical Center Portsmouth, VA
- Notice Date
- 4/2/2020 10:10:00 AM
- Notice Type
- Presolicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264520Q0009
- Response Due
- 4/10/2020 7:00:00 AM
- Archive Date
- 08/31/2020
- Point of Contact
- Rachel A. Turk, Phone: 3016199235
- E-Mail Address
-
rachel.a.turk2.civ@mail.mil
(rachel.a.turk2.civ@mail.mil)
- Description
- Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to negotiate a sole source contract under the authority of FAR � 13.106-1(b)(1)(i) and 41 U.S.C. 1901 with Alcon Vision, LLC (Alcon), 6201 S Freeway, Fort Worth, TX, 76134-2001, for the provision of two (2) phacoemulsification cataract extraction units, including installation and training, for the Naval Medical Center Portsmouth, VA (NMCP). The contractor shall provide all parts, labor, materials, travel, personnel, supervision, and freight for the units. Delivery, installation, and training shall be completed by 30 September 2020. The units shall be capable of performing phacoemulsification cataract surgery, including diathermy and anterior vitrectomy. The units shall be capable of cortex removal. The units shall be capable of torsional phacoemulsification. The units shall allow for setting and maintaining a target intraocular pressure. The units shall allow for continuous irrigation. The units shall use peristaltic pumps to maintain a maximum vacuum pressure of at least 500 millimeter of mercury (mmHg). The units shall each include a footswitch. The units shall allow for saving customizable surgeon-specific settings. The units shall be compatible with the currently installed Alcon Infiniti machine. The units shall be capable of maintaining the minimum annual workload of 129 procedures.� The power requirements are 110 volts AC power (VAC), 60 hertz (Hz). The contractor shall provide on-site (at NMC Portsmouth) operator training for six (6) personnel at the time of delivery/installation. The contractor shall provide two (2) operator manuals and two (2) service manuals. 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 Occupational Safety and Health Administration (OSHA) requirements. Contractor 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. Upon delivery, the contractor shall be responsible for uncrating the unit/system, 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 contractor shall make arrangements for the storage. The contractor shall also be responsible for the initial instrument operational and performance validations. 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 product/technical data, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required items. 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 10:00 AM Local Time, 10 April 2020. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following email address: rachel.a.turk2.civ@mail.mil IN SUBJECT LINE REFERENCE: �N6264520Q0009�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/084bcbd52bdb4de2ad942a56ce6a1c59/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN05608989-F 20200404/200402230212 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |