Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

65 -- Labware Washers

Notice Date
5/3/2017
 
Notice Type
Presolicitation
 
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
N6264517RCES045
 
Archive Date
10/1/2017
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.j.bell.civ@mail.mil
(derek.j.bell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1) sole source (including brand name) acquisitions. The proposed source is Belimed, Inc. of 2325 Charleston Regional PKWY, Charleston SC, 29492-8320, United States. The requirement is for two (2) Washers, Labware/Surgical Instrument, Ultrasonic [14-263] for Naval Medical Center San Diego (NMCSD) Bioskills Training Center (BTC). The units shall be capable of sterilizing robotic instruments, bariatric instruments, arthroscopy sets, Synthes trauma sets and scopes that utilized in the BTC. The one (1) small ultrasonic sterilizer shall be one basin while the remaining one (1) large ultrasonic sterilizer shall be a dual basin. The units shall be capable of sterilizing an annual workload of at least 50,000 utensils. The ultrasonic sterilizers shall be capable of high energy ultrasonic de-cavitation. The units shall include an ultrasonic cleaning tank, a heating element, immersion baskets and electronic controls. The electrical requirements are 120V, 60Hz, single phase. The small single basin ultrasonic sterilizer shall be capable of various preset cycles including pulsed cannulated irrigation, rinse and drying options. The small unit shall be capable of high watt density in order to break up gross soil. The single wash/rinse self-contained tank shall be capable for automatic detergent dispensing, monitoring and storage. The sterilization unit shall have a built-in chamber heater to ensure accurate water temperature. The unit shall include a 30" immersion basket. The unit shall include a seismic anchoring kit. Based on facility structure and utility access the small single basin ultrasonic sterilizer shall have an individual foot print no greater than 41" x 42" x 27" (HxWxD). The large dual basin ultrasonic sterilizer shall be capable for automatic detergent dispensing, monitoring and storage The ultrasonic sterilization unit shall produce high energy ultrasonic de-cavitation utilizing 1000 watts of power at a frequency of 40 kHz. The large ultrasonic unit shall be capable of user set fill heights of: 5", 7.5" or 10". The unit shall be capable of automatic loading and unloading, when the chamber doors are opened. The unit shall include a seismic anchoring kit. The ultrasonic sterilizer's service panel shall be located on the front for easy access to all plumbing, electrical relays and ultrasonic components. Based on facility structure and utility access the large dual basin ultrasonic sterilizer shall have an individual foot print no greater than 41" x 64" x 28.5" (HxWxD). 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. 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. 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. 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. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Derek Bell at derek.j.bell.civ@mail.mil. Closing date for challenges is no later than 3:00 PM ET on 18 May 17. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517RCES045/listing.html)
 
Record
SN04495033-W 20170505/170503235457-12131f2278dc6619f45e84da8263c5be (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.