SPECIAL NOTICE
65 -- Mobile Surgical Tables
- Notice Date
- 3/24/2015
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264515RC25004
- Archive Date
- 9/30/2015
- Point of Contact
- Christina Boyd-Brown, Phone: 301-619-2059, Shannon Hess, Phone: (301) 619-0287
- E-Mail Address
-
christina.boydbrown.civ@mail.mil, Shannon.Hess@med.navy.mil
(christina.boydbrown.civ@mail.mil, Shannon.Hess@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 Proaim Americas, LLC 209 Bountiful Pointe Cir., Grover, MO 63040-2126, as the only responsible source that can provide eight (8) manually operated mobile operating tables onboard U.S. Naval Fleet to meet the requirements of the USS Kearsarge, USS Bonhomme Richard and USS Harry S. Truman. The Naval Fleet on behalf of the USS Kearsage, USS Bonhomme Richard and USS Harry S Truman has a need to install eight (8) manually operated mobile surgical tables for patient use. The tables shall be pedal actuated and feature a hydraulic drive for movement of height, tilt, and Trendelenburg positions. The surgical table shall have a stable base design with castors for mobility with a base cover that is made of rust-resistant and crack resistant material. The frame of the unit shall be constructed of metal or metal alloy such that a maximum patient weight of 135kg or 297lbs can be safely maintained and manipulated during extended durations of time during surgical procedures. The unit shall feature a 5 part tabletop and patient padding of a minimum of 78mm of thickness for patient comfort and safety. Additionally, the unit shall feature arm and leg supports that can be securely attached to the table frame for surgical access to patient body parts and internal organs. Due to existing limitations onboard, the unit shall have the following maximum dimensions and weights: Length (with headrest) Not to Exceed (NTE) 2080mm Width of table top NTE 515mm Width across side rails NTE 580mm Height: NTE 1000mm Weight of Unit NTE 172kg (380lbs) For patient care purposes the unit shall accommodate the follow surgical position to the minimum degrees: Inclination in Trendelenburg - 25 degrees Inclination in reverse Trendelenburg - 25 degrees Lateral tilt (either side) - 15 degrees Back up - 60 degrees Back down - 50 degrees Leg plates up - 0 degrees Leg plated down - 95 degrees 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. 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. The system shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. 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) 339112 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.BoydBrown.civ@mail.mil. Statements are due not later than 4:00 P.M. ET on 10 April 2015. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264515RC25004/listing.html)
- Place of Performance
- Address: Fort Detrick, United States
- Record
- SN03676832-W 20150326/150324234630-f9b0000afab2f4e03944f020a15cabfa (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 |