SOLICITATION NOTICE
65 -- Produgy Control System
- Notice Date
- 9/11/2017
- 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
- N0025917N0110
- Archive Date
- 10/3/2017
- 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 to St. Jude Medical; 1 St. Jude Medical Drive, St Paul, Minnesota, 5517-1789. The objective of this sole source award is to acquire St. Jude spinal cord stimulation products. The requested items are: 2 each, Octrode Lead, 1 each, Prodigy Control System, 1 each Swift Lock. CLIN 0001: Octrode Lead (3186ANS); Quantity: 2; Unit of Issue: Each; Date Material Required: September 28, 2017; Shipping is to be included with the price of the materials. CLIN 0002: Prodigy Control System (3772); Quantity: 1; Unit of Issue: Each; Date Material Required: September 28, 2017; Shipping is to be included with the price of the materials. CLIN 0003: Swift Lock (1192ANS); Quantity: 2; Unit of Issue: Each; Date Material Required: September 28, 2017; Shipping is to be included with the price of the materials. 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 9:00 AM Pacific Standard Time, 18 September 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917N0110/listing.html)
- Record
- SN04671402-W 20170913/170911232407-a4a492d09f27021c6fe7e304d9b284e2 (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 |