MODIFICATION
65 -- DBX PUTTY
- Notice Date
- 6/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025916N0170
- Archive Date
- 7/7/2016
- Point of Contact
- Jeffrey P. Collins, Phone: 6195328076
- E-Mail Address
-
jeffrey.p.collins20.civ@mail.mil
(jeffrey.p.collins20.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference Number: N0025916N0170. The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b) (1) (i), due to only one source being available to meet the Government's needs, to Beacon Point Associates, LLC 1216 SW 4th Street, Suite 4 Cape Coral, FL 33991 Small Disabled Veteran Owned Small Business The NAICS code for this requirement is 339112; Large Business size standard is 1000. The requirement is for DBX Putty to perform orthopedic surgery. The following items are needed: Item # Description Qty 001 DBX Putty 1cc 20 002 DBX Putty 5cc 15 003 DBX Putty 10cc 10 DBX Putty must 1) Allograft from demineralized cortical bone that can be molded into implants. 2) be osteoconductive and osteoinductive and is documented to be Non-allergenic. 3) has a reliable PH of 7.2, similar to human blood. Beacon Point is the only known approved company that can supply the Musculoskelatal Transplant Foundation Inc. product, meet the requested requirement of providing the DBX Putty. and is available in the needed size range and configuration. Delivery is required on the following date: June 27, 2016 This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 7 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order. Capability statements are due by 07:00 AM Local Time, 22 June, 2016. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Jeffrey.p.collins20.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025916N0170/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04156804-W 20160623/160621234531-9b92b631f51ee3518d50875937505ed0 (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 |