SOLICITATION NOTICE
65 -- Fetal Monitoring Telemetry System
- Notice Date
- 12/22/2009
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- 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
- N6890810RC31002
- Archive Date
- 1/7/2010
- Point of Contact
- Erin M Cotter, Phone: 301-619-1086, James D. Suerdieck, Phone: 301-619-3060
- E-Mail Address
-
erin.cotter@med.navy.mil, james.suerdieck@med.navy.mil
(erin.cotter@med.navy.mil, james.suerdieck@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 13.501) with Philips Healthcare, 3000 Minuteman Road, MS0400, Andover, MA 01810, as the only responsible source that can properly upgrade, relocate and integrate the installed base of proprietary Philip fetal monitoring products. ESSENTIAL CHARACTERISTICS FETAL MONITORING TELEMETRY SYSTEM UPGRADE AND RELOCATION The requirement is for the upgrade and relocation of a fetal monitoring telemetry system. The upgrade to the telemetry system shall be in compliance with the Wireless Medical Telemetry System (WMTS) rules set by the Federal Communications Commission (FCC). The telemetry system shall be compatible with Philips fetal monitors and Philips OB TraceVue Obstetrics Information Management system. All necessary hardware or software upgrades to the Philips monitors and obstetric information management system shall be included to ensure integration with the telemetry system and compliance with WMTS. Upon completion of relocation, "go-live" support shall be provided to ensure the proper function of the physiologic monitors and information system with the telemetry system. 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 13.501 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) 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 erin.cotter@med.navy.mil. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890810RC31002/listing.html)
- Place of Performance
- Address: Naval Hopsital Jacksonville, Jacksonville, Florida, 32214, United States
- Zip Code: 32214
- Zip Code: 32214
- Record
- SN02029817-W 20091224/091222235523-7cb85a66172530c760e0557483a3465c (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 |