SOLICITATION NOTICE
65 -- LED Surgical Lights for Hosptial Ships
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- 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-LED-SURGICAL-LIGHTS
- Response Due
- 5/17/2007
- Archive Date
- 7/1/2007
- Description
- This is a pre-solicitation notice of contracting opportunity. The US Navy seeks to contract with a responsible vendor for the replacement of the existing surgical lighting systems onboard the hospital ships, USNS Comfort and USNS Mercy. USNS Comfort requires the replacement of the current surgical lighting systems onboard the ship in 11 operating room suites; there will be 6 systems in the in the base order and the remaining 5 systems as an Option. The Navy also requires having the option of replacing the same make and model of lights in the operating rooms of the USNS Mercy as Options to the resultant contract during the subsequent fiscal years. This anticipated requirement is for a total of 22 Surgical lighting Dual Head LED systems for the two hospital ships over the duration of this contract, not to exceed five years from contract award. The NAICS Code for this procurement is 339112, with a size standard of 500 employees. The Government intends this procurement as an unrestricted Full and Open Competition. There will be a site walk through of the USNS Comfort in Baltimore, MD on 22 May 2007 starting at 10:00 AM Local Time. The meeting point is intended to be pierside by the main entrance to the Comfort, unless otherwise noted by email or amendment. Vendors wishing to participate in the site visit shall email rtaylor@nmlc.med.navy.mil the names of the representatives attending along with the company CAGE, DUNS, and TIN numbers expressing interest not later than 1600 (4:00 PM Eastern Time) 17 May 2007. The vendor's CCR registration is required to be valid and current before vendors will be allowed access. Not more than 2 vendor representatives from each vendor will be allowed on the vessel; any and all representatives will be required to have valid photo identification for boarding the vessel. The site visit is optional for participation in the resultant solicitation, pictures and approximate measurements will be available upon request. Vendors are solely responsible for any expenses incurred for the site visit. Vendor's proposed lighting systems shall be required to meet the following minimum draft salient characteristics: 1) Provide focusable lighting control over an approximate 12 inch working area. 2) The light shall have ease of maneuverability and sufficient range of motion to cover the operating table area, but stable so that the lights do not wander due to ship vibration. 3) Retain 90% intensity at a distance of approximately 36 inches. 4) Provide uniform 30? depth of field. 5) The surgical lighting system for each room shall be a dual light high intensity, white glare reducing LED only lighting system. (Using multiple LED bulb light systems). 6) Each system will consist of a dual light head system, with one light being approximately 27-30 inches in diameter and the other being approximately 20-24 inches in diameter. 7) Each light system shall have a variable intensity. The intensity range must cover at least from 50,000 Lux to 160,000 Lux for the large light head, and 50,000 Lux to 120,000 Lux for the small light head. 8) Cool lighting system that does not generate excessive heat over a 2 hr time period of operation. 9) Each light shall have a minimum of 270 degree movement at all points of rotation (pitch, roll, and rotational axis). 10) Ability to Sterilize focus adjustment and positioning handle. 11) Each system will have a wall mounted dual head light intensity control system with touch pad intensity controls. 12) Each light shall have the ability for even color corrected lighting, which is diffused evenly for optimum shadow reduction. The color temperature shall be within 3500 Kelvin to 5000 Kelvin. 13) Must be able to fit in the current lighting system configuration aboard ship. 14) Vendor shall also be responsible for removal of the old lighting system and the complete installation of the new lights in each Operating Room. This will be considered a ?turn key? operation. Vendors may contract the installation to a third party that is certified for shipboard installations. 15) Lights must be 510k approved as surgical lights by the FDA. A current copy of the 510K Approval shall be included in the proposal. 16) Vendors shall provide operator and service manual with a parts listing with the light systems. NMLC is requesting vendor suggestions to the above Salient characteristics that may be considered for the resultant combined synopsis/ solicitation. The LED only surgical light is a non-negotiable requirement. However, vendor recommendations for other characteristics may be considered. The solicitation is anticipated to be issued on or about 29 May 2007 with an approximate closing date of 28 June 2007. The lights offered shall meet the FDA 510K approval requirement by the solicitation closing date. Any questions, comments, and all vendors expressing interest shall be addressed to rtaylor@nmlc.med.navy.mil not later than 1600 (4:00 PM) local 17 May 2007. Suggestions for changes to the salient characteristics will be accepted for consideration up through release of solicitation.
- Place of Performance
- Address: 4209 NEWGATE AVE., CANTON PIER 11, BALTIMORE, MD
- Zip Code: 21224
- Country: UNITED STATES
- Zip Code: 21224
- Record
- SN01287121-W 20070505/070503221226 (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 |