Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
SOLICITATION NOTICE

65 -- Operating Table, Orthopaedic

Notice Date
5/19/2017
 
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
N6264517R0049
 
Archive Date
10/1/2017
 
Point of Contact
Letitia R. Shirey, Phone: 3016191103
 
E-Mail Address
letitia.r.shirey.civ@mail.mil
(letitia.r.shirey.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)(2) sole source (including brand name) acquisitions. The proposed source is Mizuho Orthopedic Systems, Inc. of 30031 Ahern Ave, Union City, CA, 94587-1234, United States. Naval Medical Center San Diego (NMCSD) has a requirement for one (1) Table, Operating and three (3) Operating Tabletops, Multi-Specialty for the main operating room. The operating table shall function as a base for interchangeable tops for orthopedic trauma, radiolucent imaging and spinal procedures. The base table and table tops shall have X-Ray and C-Arm compatible capabilities. The table and table tops shall support various surgical procedures including but not limited to discectomies, fusions, anterior/posterior fusions, surgical corrections of deformities, kyphoplastics, vascular surgery, pain management and various spinal trauma. The table and table tops shall be capable of accommodating a weight of 650 lbs. The table and table tops shall have safety precautions such as a two-stage action to release the safety lock for rotating patient. Additionally the base table shall have indicator lights to indicate the unlocked/locked positions of the bed. The operating table and table tops shall be capable of 180 degrees rotation for transitioning the patient from the supine position to the prone position. The table and table tops shall be capable of being operational for a minimum annual workload of 10,000 - 12,000 patients. The units shall include one (1) spinal table top, one (1) radiolucent imaging table top and one (1) orthopedic trauma top that is compatible with table control base. 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 Letitia Shirey at letitia.r.shirey.civ@mail.mil. Closing date for challenges is no later than 5:00 PM ET on 5 June 17. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517R0049/listing.html)
 
Record
SN04516314-W 20170521/170519235448-d671071045e7b467025b574708b1ac38 (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.