Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

65 -- Caren System - J&A

Notice Date
7/28/2009
 
Notice Type
Presolicitation
 
NAICS
541511 — Custom Computer Programming Services
 
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-T-0199
 
Archive Date
8/19/2009
 
Point of Contact
Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Motek Medical, Keienbergweg 77, Amsterdam, 1101 GE, NLD +1 703-340-0314, as the only responsible source that can provide an analyzer, physiologic, neuromuscular function, gait system as requirement by National Naval Medical Center Bethesda. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NNMC Bethesda has a need for an analyzer, physiologic, neuromuscular function, gait system. The system shall include the following: computer assisted rehabilitation environment software; visualization and audio system; 6 degrees of freedom motions base with integrated dual-belt treadmill; access ramp; computer assisted rehabilitation environment – operator interface and safety system; system engineering integration, and installation; and first year warranty. The system shall be compatible with the VICON motion capture system at WRAMC which will be transitioned to work with the gait system. The voltage requirements of the motion control cabinet are 400 VAC, 60 Hz, 30 Amps, and 3-phase. The voltage requirements for everything else within the system are 110 VAC, 60 Hz, variation of 2-50 Amps, and single phase. Please see the electrical requirements document at the end of this TDP for the specifics for all components. 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. Items being purchased in this acquisition: CAREN Software (1), Visualization and Audio System (1), 6-Degrees of Freedom Motion Base and top w/ integrated dual-belt treadmill (1), Access Ramp (1), CAREN-operator interface and Safety System (1), System engineering, integration and installation (1), 12 Month hardware warranty and software maintenance (1), Service Manuals (2), and Operator Manuals (2). This acquisition is being conducted under simplified acquisition procedures FAR 13.501 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) 541511. 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. Based on the above information, the only technically acceptable system is provided by Motek Medical. Submit email capability statements (using PDF, MS Word, Excel attachments) to Courtney Piar at courtney.piar@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Courtney Piar. Email statements are preferred. Statements are due not later than 1:00 P.M. EST on 04 August 2009. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-09-T-0199/listing.html)
 
Record
SN01889695-W 20090730/090728235643-c7c86cd03d806283a9f18678a821c1f6 (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.