SOLICITATION NOTICE
65 -- Cardiac signal amplifier and CPU upgrade for the existing LabSystem PRO Electrophysiology System
- Notice Date
- 4/15/2009
- Notice Type
- Presolicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-09-R-0026
- Archive Date
- 5/14/2009
- Point of Contact
- Tameka N Davis, Phone: 301-619-1677, Shannon Lertora,, Phone: (301) 619-0287
- E-Mail Address
-
tameka.davis@med.navy.mil, shannon.lertora@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 13.5) with C. R. Bard Inc. (D.B.A. Bard Electrophysiology), 55 Technology Drive Suite 2, Lowell, MA 01851, as the only responsible source that can provide a cardiac signal amplifier and CPU upgrade for the existing LabSystem PRO Electrophysiology System at Naval Medical Center San Diego. The system shall include the 80 channel amplifier, CPU upgrade version 2.2, two 40 channel junction box cables, LS PRO CLEARSIGN to Ensite NavX Interconnect Port, analog output cable, analog input cable, ECG cable, blood pressure cable, ECG leadwire, bedrail brackets, junction box brackets, printer, printer cables, CLEARSIGN extension cable, CLEARSIGN isolation transformer, Ethernet cable, two monitors, and RS 232 cable. C.R. Bard Inc. manufactures the CLEARSIGN 80 Amplifier system and LabSystem PRO CPU upgrade. This CLEARSIGN 80 channel amplifier and upgrade software are the only ones compatible with the existing signal amplifier system or LabSystem PRO. Regulatory Requirements: The 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 acquisition is being conducted under simplified acquisition procedures FAR 13.5 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510. 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 will need to submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by the closing date 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Tameka Davis at Tameka.Davis@med.navy.mil. No phone calls will be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=068cfd4f75c7951d5eef00cd78c0a384&tab=core&_cview=1)
- Place of Performance
- Address: San Diego, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN01793582-W 20090417/090415223302-068cfd4f75c7951d5eef00cd78c0a384 (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 |