Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOLICITATION NOTICE

Q -- Notice to Intent to Sole Source

Notice Date
5/3/2011
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N62645RCES028
 
Response Due
5/18/2011
 
Archive Date
6/2/2011
 
Point of Contact
Rebecca Wisner 301-619-8413
 
E-Mail Address
rebecca.wisner@med.navy.mil
(rebecca.wisner@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 Alliant Enterprises, 8850 M 89, STE A, Richland MI 49083, as the only responsible source that can provide surgical handpieces compatible with the installed base of Stryker System 6, Core Power, and tower equipment currently in use at the command. This acquisition is being conducted under the FAR 13.5. Provisions and clauses in effect through Federal Acquisition Circular 2005-51 are incorporated. Naval Hospital Beaufort has a requirement for an expansion of the current inventory of surgical handpieces, including one (1) battery powered system and one (1) console powered system, including all applicable accessories, for use in orthopedic surgical cases. The battery powered system shall consist of a two-speed rotary handpiece capable of high-speed drilling and high-torque reaming. The unit shall be capable of at least 1,200 rotations per minute (RPM) during high-speed drilling. The system shall include the following attachments: pin and wire collets, 1/4 chuck, Trinkle and Hudson/modified Trinkle, and Synthes (large, small and DHS) attachments. The battery powered system shall include a charger, two (2) small batteries, and two (2) large batteries. The console powered system shall consist of one (1) controller console and four (4) each of the following: reciprocal saw, oscillating saw, sagittal saw, universal driver and small bone drill. The system shall come with four (4) cables to connect the console to the handpieces and four (4) sterilization cases. The reciprocal saw shall be capable of at least 14,000 cuts per minute (CPM). The oscillating saw shall be capable of at least 20,000 CPM. The sagittal saw shall be capable of at least 25,000 CPM. The universal driver shall include the following attachments: pin and wire collets, Synthes drill, 1/4 and 5/32 drills with keys, and 1/4 keyless drill. The small bone drill shall be a pencil grip high-speed drill capable of operating at 50,000 RPM. The handpieces, console, and attachments shall be compatible with the installed base of Stryker System 6, Core Power and video tower equipment currently in use at the command. The electrical requirements are 110V, 60Hz, single phase. The system 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: Surgical handpieces, (1) battery powered system and (1) console powered system There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 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 Alliant Enterprises. Submit email capability statements (using PDF, MS Word, Excel attachments) to Rebecca.Wisner@med.navy.mil. Fax quotes may be sent to 301-619-1132. Email statements are preferred. Statements are due not later than 1:00 P.M. EST on 18 May 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES028/listing.html)
 
Record
SN02438665-W 20110505/110503234417-5af708c60deb9a4b416feacac2ef9185 (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.