SOLICITATION NOTICE
65 -- EFO - N6264511RCES201
- Notice Date
- 9/14/2011
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 339112
— Surgical and Medical Instrument 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
- Archive Date
- 10/14/2011
- Point of Contact
- Jason K Winings, Phone: 3016194523
- E-Mail Address
-
jason.winings@med.navy.mil
(jason.winings@med.navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- SPM2D1-09-D-8339
- Award Date
- 9/14/2011
- Description
- EXCEPTION TO THE FAIR OPPORTUNITY PROCESS FAR 16.505(b)(2) 1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY: This is an exception to the fair opportunity process. The Naval Medical Logistics Command, acting on behalf of NH Bremerton, NH Jacksonville, NH Pensacola, NH Camp Lejeune, NH Camp Pendleton, USNH Okinawa, NMC San Diego, NMC Portsmouth, and NNMC Bethesda, intends to award a delivery order against Defense Logistics Agency (DLA) Troop Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPM2D1-09-D-8339. 2. NATURE/DESCRIPTION OF CONTRACT ACTION: The proposed acquisition is for a digital radiographic system manufactured by Sonosite, 21919 30th Drive, SE, Bothell, WA 98021. The Government intends on awarding a Firm Fixed Price delivery order. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: NH Bremerton, NH Jacksonville, NH Pensacola, NH Camp Lejeune, NH Camp Pendleton, USNH Okinawa, NMC San Diego, NMC Portsmouth, and NNMC Bethesda all have requirements for at least one ultrasonic scanning system to be used for anesthesia purposes in the pain clinics at the respective locations. Each unit shall weight less than 10lbs. Each unit shall include the following items: high resolution console, biopsy compatible multi-frequency broadband curved array transducer, 60mm biopsy compatible multi-frequency broadband linear array transducer, 25mm broadband linear array, curved array transducer, stand that will recharge battery, black/white printer, and remote control. Each system shall have the following imaging modes: Broadband, multi-frequency imaging, 2D/Tissue Harmonic Imaging/M-Mode, Color Doppler, Color Power Doppler, pulse wave Doppler (PW), PW Tissue Doppler, and continuous wave Doppler (CW). Each system shall include an ergonomic stand that provides up/down/tilt movements and the systems shall be pole mounted. Each system shall have advanced processing for needle visualization and have an auto gain automatic image optimization capability. This requirement shall include user and service manuals for all facilities. These systems shall be compatible with the installed base of transducers at all facilities. The power requirement is 120V, 60Hz, single phase. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority exception to the fair opportunity process is implemented by 10 U.S.C 2304(c)(1) and FAR 16.505(b)(2)(ii), only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. Sonosite is the only vendor that can meet the minimum requirements of the government. Sonosite is the sole manufacturer and reseller of a portable ultrasonic scanning system weighing less than 10 lbs that can provide needle visualization software to allow for further enhanced images to improve pain management treatment. No other vendor is capable of providing a portable ultrasound system, weighing less than 10lbs, which has needle visualization software. Insufficient image quality (visualization) during pain management would result in reimaging the patient and higher likelihood of not treating the correct portion of the patient's anatomy. Treating the incorrect anatomy could cause longer time before treatment and increased treatment sessions therefore decreasing the workflow efficiency in the facilities. 5. DETERMINATION OF BEST VALUE: DLA has already determined the prices of equipment on the IDIQ as fair and reasonable. The Contracting Officer shall make a determination of best value for the Government before a delivery order is executed. 6. DESCRIPTION OF MARKET RESEARCH: A survey was conducted of companies that offer a portable ultrasonic scanning system under the DLA IDIQ and only Sonosite can provide needle visualization software to improve pain management treatment and therefore that meets the minimum requirements of the government. Siemens, Philips, and GE can all provide portable ultrasonic scanning systems yet they cannot meet the weight/mounting requirements and cannot also provide needle visualization software which are all minimum requirement of the government. 7. ANY OTHER SUPPORTING FACTS: Also, no other vendor can provide a portable ultrasound system that is pole mounted and is compatible with the installed base of Sonosite transducers at all of the facilities. All of the facilities, combined, have over $4M in compatible Sonosite equipment. No other vendor can provide pole mounted stands that reduce the footprint of the system for use in tight spaces such as pain clinic patient rooms. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: Future procurements will be done in accordance with FAR 16.505.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/35b5d3bf98372078fc7bc770d2b5c4f1)
- Record
- SN02577186-W 20110916/110915001154-35b5d3bf98372078fc7bc770d2b5c4f1 (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 |