SOLICITATION NOTICE
65 -- Patternless Edgers, Patten Edgers, Frame Tracers
- Notice Date
- 4/2/2010
- Notice Type
- Presolicitation
- NAICS
- 333298
— All Other Industrial Machinery 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
- N6264510RCES059
- Archive Date
- 5/1/2010
- 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
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with National Optronics, 100 Avon St., Charlottesville, VA 22902-5700, as the only responsible source that can meet the minimum requirements of the government for patternless optical lens edger units, pattern optical lens edger units and optical lens frame tracers on behalf of Naval activities supported by Ophthalmic Support and Training Activity (NOSTRA), Yorktown, VA. A five year Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated. 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. The requirement is for dry cutting three-axis patternless optical lens edgers with the ability to process CR-39, Polycarbonate, Hi-Index, and Trivex lens materials. The dry cutting shall be accomplished by blades that cut the lens instead of grinding, thereby allowing for a tighter fit and better interface with the groove of the frame. The units shall have a vacuum system to remove debris and shall not require the use of coolants which eliminates the need for environmental disposal. The units shall utilize a 20mm diameter cutter which provides superior bevel reproduction on high base curves which allows for accurate edging of many complex shapes. The units shall have an electric chucking system that can automatically adjust clamping pressure depending on the lens material and automatically move the lens into working position. The units shall have a modular design that isolates the electronics and the cutter motor from the cutting chamber. The units shall have an adjustable color flat panel LCD screen utilizing a PC-Based Windows like format for user-friendly interfacing with the machine. The units shall be fully compliant with current OMA standards. The units shall have an edger resident database which permits adding and editing frame information as well as the capability to download databases. The units shall be ergonomic with easy-access doors for maintenance. The units shall be shipped complete with vacuum system and accessory kit. Installation and training shall be provided for each system. The units shall be compatible with the installed base of National Optronics equipment. The electrical requirements are 110-120VAC, 60 Hz. The unit 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. Technical proposals must include sufficiently detailed information to enable evaluation based on the five (5) factors listed below in order of decreasing priority: 1.) Equipment Factors; Conformance to Essential Characteristics and Standardization; 2.) Human Factors; for example: Simplicity, Ease of Use, Ergonomics; 3.) Maintainability; for example: Warranty, Parts Availability, Parts Cost, Serviceability; 4.) Past Performance; provide contact information for three recent and contactable customers. 5.) Market Acceptance; provide information regarding the production of units, which conform to the essential characteristics, manufactured for commercial sale of at least 10 units currently in use by customers. Items being purchased in this acquisition: 7E, 115v, Electric, without Drill Configurator – 29 7E Base Unit (Elec chk/N Dri/ 115 V Installed, Doc/Pk kit, 7E Included Kit Accessory, 7E Included Kit, Support w/ Vac 7E US Configuration Option, 7E Cutter Body Assembly 7E 4Ti w/o Ethernet & Accessories Dock/Packagin Kit, 4T/4Ti Shipping Kit Air compressor (Horizon II) Shipping 7E Edger Shipping 4Ti Tracer Shipping Horizon II Edger Installation and Training This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 333298 with a Small Business Size Standard of 500 employees. 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. Based on the above information, the only technically acceptable system is provided by National Optronics. 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 16 April 2010. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510RCES059/listing.html)
- Record
- SN02112003-W 20100404/100402235914-7a879ae5ce6aa3bed053ca7a722b6fba (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 |