Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
MODIFICATION

65 -- Sources sought for ceiling mounted ship-board surgical lights

Notice Date
10/31/2006
 
Notice Type
Modification
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N62645-07-R-Light
 
Response Due
11/6/2006
 
Archive Date
11/21/2006
 
Description
AMENDMENT 01 DELETES "solicit as Full and Open Competition." TO ELIMINATE CONFUSING LANGUAGE. NO FURTHER CHANGES ARE IMPLEMENTED. This is a sources sought pre-solicitation notice for commercial items prepared in accordance with FAR Subpart 15.201, as supplemented with additional information included in this notice. This announcement constitutes only an intent to seek sources with industry capability. The Government intends to issue a written solicitation at a later date. The Request for Information number is N62645-07-R-Light. Responses expressing interest and intent to propose are due not later than 3:30 P.M. EST on 6 NOV 2006. NAICS 339112, with a Size Standard of 500 employees for reporting actions purposes. This notice is to determine the following: 1. If sufficient small businesses are available to pursue a 100% small business set aside, and 2. Determine the willingness of interested small businesses to invest the necessary resources to test their product to meet the shock test standards in MIL-S-901. Interested vendors must indicate their business size standard (Small, Small Disadvantaged, 8(a), etc.). Salient Characteristics Once the sources sought process is completed, the Naval Medical Logistics Command (NMLC) seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a responsible vendor for Minimum quantity of 55, Maximum of 800, single light head ceiling mounted ship-board surgical lights (Here after referred to as Surgical Lights) without case for multiple US Naval vessels. There is an additional Minimum quantity of 6, maximum of 200, dual light head ceiling mounted ship-board surgical lights. Each unit shall include 2 copies of a Service Manual and two copies of an Operator Manual, electronic format manuals are preferred. The Surgical Lights shall be acceptable for ship-board use and shall conform to shock testing standards. The Surgical Lights shall conform to these minimum Salient characteristics: The requirement is for a ceiling mounted surgical light that has the following essential minimum salient characteristics: 1.) Shall be a ceiling mounted medical surgical light; 2.) Shall have a minimum 150 degrees of rotation about the extension arm; 3.) Shall have a minimum of 60 degrees of rotation about the yoke; 4.) Shall have a minimum of 90 degrees of rotation about the vertical support of the lighthead; 5.) The light color shall be within 15% of 4500 degrees Kelvin; 6.) Shall have a minimum illuminance of 50,000 Lux; 7.) The focal range shall start at a minimum of 24 inches and not extend past 50 inches from the lighthead; 8.) The lighthead shall not cause a temperature rise of more than 4 degrees Celsius; 9.) The lighthead shall have a minimum rating of 500 hours on the light source; 10.) The Government will supply Ship?s power to the product's base at 120 VAC 60Hz; 11.) The surgical light shall have sufficient range of motion to cover a standard medical table, of 6 feet 5 inches in length; 12.) The surgical light shall have a means of securing the light in a fixed location for heavy sea conditions; 13.) Installation kit - the Navy requires an installation kit to accompany the item. This installation kit allows for the installation of the light in spaces where ceiling height may vary from 81 inches to 96 inches for shipboard applications. 14.) Human Factors shall ensure that the offered product be user-friendly and operable by an untrained person; 15.) Maintainability shall allow shipboard personnel to replace components (light bulbs) with no or minimal common hand tools (a screwdriver) and without complete disassembly. In addition to the above essential characteristics, the proposal shall confirm that the both the single and dual head ceiling mounted surgical lights (and installation kit) meet the shock test standards set forth in MIL-S-901 (IAW FAR 11.2 available for download at http://assist.daps.dla.mil/quicksearch/). Specifically, the vendor shall provide a certificate from an approved independent test activity verifying that their lights meet category Grade A, Class II, Type A. The Navy will require a 1-light head model and also a 2-light head model (the 2-light head splits from the base of the unit with two separate support arms) that will be specified on resulting orders. A partial list of potential places to obtain testing is provided. Vendor assumes all responsibility for passing shock testing IAW MIL-S-901. Regulatory Requirements The Surgical Lights and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. PROPOSAL CONTENT/FORMAT: Proposals shall be requested under a separate combined synopsis/solicitation notice at a later date. The government intends to evaluate proposals as Low-Priced Technically Acceptable (LPTA) using the below evaluation factors: 1. Technical Conformance to the Salient Characteristics 2. Meeting/Exceeding MIL-S-901 Testing & FDA Approval 3. Price The LPTA offer for this requirement will represent the best value to the Government. Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the non-cost factors. The Government anticipates award of a firm fixed price contract. The Government also anticipates pricing to be based on F.O.B. Destination. TECHNICAL PROPOSAL INSTRUCTIONS: For purposes of this sources sought notice, the vendor shall provide sufficient information for the Government to determine your ability to meet the following: 1. If sufficient small businesses are available to pursue a 100% small business set aside (has vendor sold the product previously?), and, 2. Determine the willingness of interested small businesses to invest the necessary resources to test their product to meet the shock test standards in MIL-S-901 Once the sources sought process is completed, the Government intends to request the following technical proposal instructions and business proposal instructions in a future combined synopsis/solicitation notice: Offerors are required to provide sufficient technical documentation (including, but not limited to: product literature and specifications) to allow for thorough evaluation of proposal. No pricing information shall be included in the technical proposal. 1.) Technical Conformance to the Salient Characteristics - The offeror shall submit a proposal with sufficient details to allow a person unfamiliar with the offeror's product to verify the solution proposed meets the requirements of the solicitation and is of benefit to the Government. Proposal shall include a description of how the offeror proposes to meet the requirements of the government, including what equipment will be provided, how it will be installed, and the time required for installation. Pertinent technical specifications shall be included. Any explanation of how this design/feature/quality provides a benefit to the government shall be included in this section. The contractor shall prove that the product offered meets the salient characteristics, and that the product conforms to the manufacturer's own drawings, specifications, standards, and quality assurance practices. Human factors characteristics (may include, but are not limited to Ergonomics, Possibilities of Abuse, Ease of Use) of the offerors proposed solution and how these will benefit the government. A copy of the operator and service manual (or pertinent excerpts to prove you meet the salient characteristics) shall be included for evaluation to show the following: Power switch location, installation, tension "devices", etc...). Maintainability of the offerors proposed products, and how the proposed capabilities/characteristics will benefit the government. The offeror shall provide information about components that may require replacement, the failure rate of their components, mean time between failures, life cycle cost, projected life expectancy of the products, and any other information that would benefit the government in determining reliability of this product. Offeror shall include their standard commercial warranty information. The offeror shall include any preventative maintenance required, if any, for the proposed units, and a list of high fail components - i.e. bulbs, fuses. 2.) Meeting/Exceeding MIL-S-901 Testing, the vendor shall provide a certificate from an approved independent test activity verifying that their lights meet category Grade A, Class II, Type A (include in the proposal that the Surgical Light meets the shock test standards set forth in MIL-S-901 with the date and facility the testing was conducted). The vendor shall provide a valid copy of their FDA approval letter or identify a website location of FDA approval letter. [Please note that this will not be a requirement until the combined synopsis/solicitation notice is posted. The vendor will require the above certification with the submission of their proposal at that time.] Any proposal which does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. 3.) Price: BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: Line Item 0001 Single Head Surgical Light Cost per Unit, including any applicable quantity discounts, Line Item 0002 Dual Head Surgical Light Cost per Unit, including any applicable quantity discounts, Line Item 0003 Any Shipping charges, if shipping is at no additional charge within the Continental United States (CONUS), proposal shall state as much. Delivery type, i.e. F.O.B. Destination, shall be specified in the proposal. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with intent notice. Submit email notices of interest or intent (using PDF, MS Word, Excel attachments) to Richard Taylor at rtaylor@nmlc.med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Richard Taylor. Email is preferred. Notice of interest of intent are due not later than 3:30 P.M. EST on 6 NOV 2006. Address questions to Richard Taylor in MS Word format by email only NLT 3:30 P.M. EST on 02 NOV 2006.
 
Place of Performance
Address: Various Ships
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01173722-W 20061102/061101025118 (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.