Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2017 FBO #5637
SPECIAL NOTICE

65 -- Two Bedsite ICP Physiologic Monitors

Notice Date
4/28/2017
 
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
N6264517RCES049
 
Archive Date
5/30/2017
 
Point of Contact
Linda S. OBrien, Phone: 3016196067, Joyce R. Richardson, Phone: 3016199327
 
E-Mail Address
linda.s.obrien6.civ@mail.mil, joyce.r.richardson4.civ@mail.mil
(linda.s.obrien6.civ@mail.mil, joyce.r.richardson4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 to Forge Medical LLC, 2840 Polo Pkwy, Suite 102, Midlothian, VA 23113. The requirement intends to provide the two (2) bedside intracranial pressure (ICP) physiologic monitors [16-763] and maintenance for Naval Medical Center Portsmouth. The Contractor shall provide the two (2) bedside intracranial pressures (ICP) physiologic monitors system included in this requirement are: LiquoGuard 7 CSF Management System Monitor Cable Connection Cord Analog Adapter Cable CSF Drainage Tube Set CSF Drainage Bag Replacement Tube Set Cushion Operator Training Operator Manual The ICP monitors shall connect to standard commercially-available lumbar and ventricular drainage catheters to allow for automated volume-control and pressure-control cerebrospinal fluid (CSF) drainage via a pump. The monitor shall be capable of simultaneously monitoring ICP while draining CSF. The monitors shall be capable of connecting to the intensive care monitors present at Naval Medical Center Portsmouth. The vendor shall provide all cables necessary for connecting the ICP monitors to the intensive care monitors. The vendor shall also provide a starter set of all consumables necessary for full system functionality. The vendor shall be responsible for providing operator training and two (2) operator manuals. The power requirements are 110 VAC. 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 system, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. These requirements shall apply even if delivery is requested outside of the United States of America. The system shall be installed in compliance with OSHA requirements. 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 1 (8.5 x 11 inch) page 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 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 contract. Capability statements are due by 5:00 PM Eastern Time, 15 May 2017. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: linda.s.obrien6.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517RCES049/listing.html)
 
Place of Performance
Address: Naval Medical Center Portsmouth, Portsmouth, Virginia, 22030, United States
Zip Code: 22030
 
Record
SN04489669-W 20170430/170428234401-fbe248743f63d46164d25d4b764ae9b0 (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.