SOLICITATION NOTICE
65 -- Implantable Loop Recorder
- Notice Date
- 5/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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
- N0025917N0080
- Archive Date
- 6/15/2017
- 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 The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to Medtronic, Inc., 710 Medtronic PKWY, Minneapolis, MN 55432-5604,. The objective of this sole source award is to procure Implantable Loop Recorders (ILRs) with the following salient characteristics: The ILRs requested must be MRI safe, FDA approved, and able to store necessary data from 1 day to 3 years. Devices must also be able to automatically detect events. The LINQ ILR has been determined to be the best fit for the patient's by the Cardiologist and the Cardiology Electrophysiological Surgeon. This determination is based on the patient's medical history, input from the subject matter experts on the ILR, technical considerations for implantation, as well as multiple patient anatomies. Delivery is required 30 days after the effective date of the order. Medtronic, Inc. is the only source that provides the LINQ ILR device that meets the requirements identified herein. The NAICS code for this requirement is 334510. 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 5 (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 1:00 PM Local Time, May 31, 2017. 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. The email subject line shall state, "Naval Medical Center San Diego, "Implantable Loop Recorder". A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917N0080/listing.html)
- Place of Performance
- Address: 34800 BOB WILSON DRIVE, SAN DIEGO, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04520444-W 20170526/170524235049-cbb19f92d3b0486b6cff9fbb676a4839 (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 |