Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

65 -- Notice of Intent Sandhill Manometry

Notice Date
5/1/2008
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-08-T-SDGI
 
Point of Contact
Richard D Taylor,, Phone: 301-619-3015, Gary P Topper,, Phone: 3016192073
 
E-Mail Address
richard.taylor@med.navy.mil, gary.topper@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106-1) with Sandhill Scientific, Inc., 9150 Commerce Center Circle STE 500, Highlands Ranch, CO 80129-1561 as the only responsible source that can provide the HRIM InSIGHT G3 update package to existing Sandhill manometry system as required by Naval Medical Center San Diego, CA. The existing anorectal manometry system is a Sandhill, the update is required to ensure continuity of compatibility with historical patient records as patients may require multiple treatments. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 339112, with a Size Standard of 500 employees for reporting actions purposes. There are no set-aside restrictions for this requirement. The Naval Medical Logistics Command has a requirement to procure the following for Naval Medical Center San Diego (NMCSD), CA: LINE ITEM 0001: 1 36-Channel High Resolution Esophageal Impedance/Manometry (HRIM), which includes 3 PH recording monitors for ambulatory care; and LINE ITEM 0002: 1 complete Anorectal system - Software Package Consists of 1 analysis module Anorectal Catheter 12 channel circumferential solid-state catheter probe The system consists of a data acquisition system, software, data controller unit, cart, calibration chamber, isolation transformer, computer, monitor, and printer. Functional Characteristics: The anorectal manometry shall be able to provide information on the pressures generated in the rectum and anal canal. Anorectal manometry shall be able to define functional weakness of one or both sphincter muscles by providing information on resting pressure, squeezing pressure, and high pressure zone and rectoanal inhibitory reflex. Multi-channel catheters shall be used to assess the entire length of the anal canal in all directions. Training/Tuition: Maintenance training/tuition shall be included, on-site at NMCSD or at vendor facility. Training is a requirement of this acquisition and shall be provided by the vendor to the designated government personnel, per standard commercial practices. Delivery and Installation: On-site delivery and standard commercial installation is required. Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. Regulatory Requirements: The Anorectal Manometry System 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. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. FAR Clauses 52.212-4 & 52.212-5 will be incorporated into the resultant contract award. [Note: If any item’s unit cost is greater than $5,000, please include following to request the vendor to complete the following and provide with their quote/proposal: - DFARS 252.211-7003, Item Identification and Valuation (see FAR Provisions and Clauses below): (1) The Company shall provide DoD unique item identification, or a DoD recognized unique identification equivalent, for -- (i) All delivered items for which the Government’s unit acquisition cost is $5,000 or more; and…] http://farsite.hill.af.mil/VFDFARA.HTM Submit email capability statements (using PDF, MS Word, Excel attachments) to Richard Taylor at richard.taylor@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Richard Taylor. Email statements are preferred. Statements are due not later than 1:00 P.M. EST on 12 May 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5cd77239efb051939263e57acc599a76&tab=core&_cview=1)
 
Place of Performance
Address: NMCSD GI Clinic, San Diego, California, 92134-5000, United States
Zip Code: 92134-5000
 
Record
SN01564570-W 20080503/080501215342-5cd77239efb051939263e57acc599a76 (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.