SOLICITATION NOTICE
65 -- Notice of Intent to Sole Source
- Notice Date
- 10/10/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies 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
- N0025919N0109
- Archive Date
- 10/26/2019
- Point of Contact
- Aric Henschen, Phone: 6195329835
- E-Mail Address
-
aric.v.henschen.civ@mail.mil
(aric.v.henschen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Reference#: N0025919N0109. Naval Medical Center San Diego (NMCSD) intends to award a firm fixed price sole source contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Government's needs, to: Medtronics, Inc. 710 Medtronic Pkwy Minneapolis, MN 55440-5603 The North American Industry Classification System (NAICS) code for this requirement is 339113; the business size standard is 750 employees. The objective of this sole source award is to procure temporary pacemakers with the following characteristics: Basic pacing rates must be at least 30 ppm; Upper pacing rates no lower than 80 ppm; Radial arterial pacing rates no lower than 60 ppm; Have an output amplitude for the dual chamber; The pulse width for atrial and ventricular must be 1.0 ms or greater; The AV interval for the dual chamber must be paced at 50-25C AUTO and 20-300 MANUAL; The refractory period for atrial monitoring must be 150-500 ms; Ventricular blanking on the dual chamber pacer must sense before 150 ms and pace before 200 ms; The weight must be less than 25 ounces; The battery life must be 7 days or greater; Must have a 5 year or great warranty. Medtronic, Inc. is the only source that can comply with the current proprietary equipment in use at NMCSD 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 6 (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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025919N0109/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN05472872-W 20191012/191010230837-b88610e38195845b31a6f827192cf29a (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 |