SOLICITATION NOTICE
66 -- Lens Coating System
- Notice Date
- 7/12/2011
- Notice Type
- Presolicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N62645RCES128
- Response Due
- 7/28/2011
- Archive Date
- 8/12/2011
- Point of Contact
- Derek Bell 301-619-6914
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106(b)) with Ultra Optics (A division of The Walman Optical Company), 9200 Wyoming Ave N Suite 360, Brooklyn Park, MN 55445, as the only responsible source that can provide units that are compatible with the installed base of Ultra Optics coating systems and would not require the significant reconfiguration of the optical lens assembly line. 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. The requirement is for an automated lens coating system. The system shall be capable of applying a scratch-resistant coating onto polycarbonate lenses for combat eye protection inserts. The system shall be able to coat polycarbonate and high index lenses. The system shall utilize ultraviolet light to cure the lens coating. The system shall integrate into the installed base of optical equipment. The system shall be capable of rinsing, coating, and curing 3 lenses at once. The system shall fit into the footprint of 25 x 30 left by the replaced system. The system shall integrate with the layout of the existing water and air supply of the laboratory. The electrical requirement for the system is 115 VAC, 60 Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339115 with a small business size standard of 500. 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 Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 4:00 PM. EST on 28 July 2011. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES128/listing.html)
- Record
- SN02496043-W 20110714/110712234920-507088220220b66695fb00b009715c29 (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 |