Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2013 FBO #4064
SPECIAL NOTICE

99 -- Endoscopic Video System and Gastroscopes

Notice Date
1/7/2013
 
Notice Type
Special Notice
 
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
N6264513RCES1
 
Archive Date
1/23/2013
 
E-Mail Address
jaime.belletto@med.navy.mil
(jaime.belletto@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 6.302-1). The proposed source is Olympus America Inc, 3500 Corporate Pkwy, Center Valley PA, 18034, as the only responsible source that can provide an Endoscopic Video System and three Gastroscopes which are compatible with the installed base of Olympus endoscopy equipment at NMC Portsmouth. The requirement is for one endoscopic video system and three Gastroscopes. The endoscopic video system shall include a video-image detection and processing system, a light source, a printer, a procedure cart with monitor, and roll stand with monitor. The endoscopic video system shall be capable of obtaining images of the interior of the gastrointestinal tract for diagnostic and therapeutic procedures. The system shall be capable of obtaining images with a minimum resolution of 1,080 pixels/line (HD), and with narrow band imaging (NBI). The Endoscopic Video System and Gastroscopes shall be compatible with the installed base of Olympus endoscopy equipment at Naval Medical Center Portsmouth. The power requirement is 120VAC, 60Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems 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. 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. The system shall be installed in compliance with OSHA requirements. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112 and will be solicited in accordance with FAR part 12. 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,, 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. 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 Jaime Belletto, jaime.belletto@med.navy.mil by 4:00 PM EST on January 22, 2013. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264513RCES1/listing.html)
 
Record
SN02960469-W 20130109/130107234412-caca6ef167212c08fc4f99ab302071a6 (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.