Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
SPECIAL NOTICE

65 -- Notice of Intent to Sole Source to Maquet for Surgical Lights

Notice Date
4/11/2014
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
N6264514RCYP017-022
 
Point of Contact
Christina Boyd-Brown, Phone: 301-619-2059, Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
christina.boyd-brown@med.navy.mil, courtney.piar@med.navy.mil
(christina.boyd-brown@med.navy.mil, courtney.piar@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis IAW FAR 13 with Maquet Medical Systems, USA, 45 Barbour Pond Dr, Wayne, NJ 07470, as the only responsible source that can provide LED Surgical Ceiling Light Operating Room Kits to be installed in the Main Operating Room onboard CVN-72 (USS Abraham Lincoln) and CVN-78 (USS Gerald R Ford) The requirement is for a LED Surgical Ceiling Lights Operating Room Kits to be used in the Main Operating Room of the ships. The kits shall contain two (2) U.S. FDA market approved single head, LED surgical ceiling lights; the light heads shall be independently mounted via a single post and single fork arms; shall be independently controlled via an included single, wall/bulkhead mounted dual dimmer power supply and shall not consume more than 100 watts per light head; each individual light head will be a fixed focus type, have 360 degrees of rotation, shall not exceed 20 inches in diameter nor exceed 20 pounds in weight, provide an illuminance of greater than 100,000 lux, a Color Rendering Index (CRI) of at least 95, an LED R9 value of at least 95 and a color temperature greater than 3700 Kelvin; LEDs shall have at least a 40,000 hour life expectancy. Light head mounting kits shall be provided that allow for field adjustment of the fixed support tubes for ceiling heights ranging from 81 to 88 inches and will provide hardware for attachment of the lights to the ceiling and power supply to the wall/bulkhead. Power supply shall have touchpad controls and be capable of being operated from a 120VAC, 60Hz, 20 Amp electrical circuit.. 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. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software. Regulatory Requirements: The system and all its 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. This acquisition is being conducted under simplified acquisition procedures IAW FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510 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 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. Submit capability statements via email (using PDF, MS Word, Excel attachments) to Christina Boyd-Brown at christina.boyd-brown@med.navy.mil. Statements are due not later than 4:00 P.M. ET on 25 April 2014. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264514RCYP017-022/listing.html)
 
Place of Performance
Address: NMLC, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN03337197-W 20140413/140411235316-a94b94a2b2aa57773554ac9ed7690da6 (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.