Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
SOLICITATION NOTICE

65 -- Bowman Perfusion Monitor

Notice Date
8/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-T-0223
 
Response Due
8/15/2007
 
Archive Date
8/30/2007
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.601-1(b)) with Codman and Shurtleff, Inc., 325 Paramount Drive, Raynham, MA 02767-5199, (800) 225-0460, as the only source that can provide a Bowman Perfusion Cerebral Blood Flow Monitor. Specifically, the Cerebral Blood Flow Monitor shall conform to the following salient characteristics: 1) The requirement is for a Bowman Perfusion Monitor. 2) The system shall consist of a real time, minimally invasive, continuous cerebral perfusion monitor. 3) The system shall use thermodiffusion for measurement. 4) The system shall have a measurement range of 0 to 200 ml/100g-min. 5) The system shall measure via a device that requires an opening of less than 1mm diameter. 6) The system shall have adjustable visual and audible alarms. 7) The system shall have an integral printer for the data. 8) The system shall be designed to attach to a conventional medical IV pole. 9) The system shall be capable of continuous operation, monitoring for up to 10 days. Absolute tissue perfusion, as well as tissue temperature, shall be displayed graphically as a function of time throughtout the measurement sequence. Data files shall be reviewable. 10) The product shall operate from available utilities. Utilites available include: 115 Volts, 60 Hertz. 11) The product shall be marked in accordance with DoD Item Uiques Identification (IUID) regulations. Any physical part of the system with a unit cost in excess of $5000 shall have two dimensional matrix scan (2 D matrix barcode) readable UID tag permanently affixed, as per MIL-STD-129, using format 12. The vendor shall input the data from those tags into the DoD UID central database, as per the regulation, prior to formal acceptance of the product by the Government. 12) If the type of data obtained from the product is covered by any of the Intergrating Healthcare Environment (IHE), Digital Imaging Communcations in Medicine (DICOM) standards, the product shall comply withall of the applicable standards. Operational and Service Data Manuals shall be furnished as follows: a. Informational Content: Furnish manuals, handbooks, and/or brochures containing complete operation, installation, and service/maintenance instructions (including pictures of illustrations, as necessary) with complete schematics and wiring diagrams. All manuals, handbooks and/or brochures will be written in English, all schematic brochures will be written in English, and all schematics and wiring diagrams will use American electrical and electronics symbols. Manuals will include electrical data and connection diagrams for all applicable utilities. Instructions shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. All service notes, service memos, etc., pertaining to the equipment and issued subsequent to the printing of the original instructions shall also be included. These instructions shall be, as a minimum, those furnished to service engineers (or servicepersons) who normally install and service the equipment for the company or distributor. When the system being procured includes, or will operate ancillary equipment, the service data shall include completes instructions and drawings which show interfacing of all system components. b. Quantities, Distribution and Schedules: A complete set (1) of the above information shall be packaged with each unit of the required equipment. Where multiple quantities of the same unit are to be delivered to the same ultimate consignee, then only a total of two(2) service manuals need to be supplied to each consignee. However, one operation manual will be supplied with each unit. Warranty: Standard Commercial Warranty shall be as specified. Regulatory Requirements: The Bowman Perfusion Monitor 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. Each Unit (System) to include all of the following items: Bowman Perfusion Monitor , 1 each, p/n: H0000060; Qflow 500 Probe, 4 each, p/n: H00001600; Qflow 500 Umbilical Cord, 1 each, p/n: H00002612. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 with a Small Business Size Standard of 500 employees. 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, including cost, sufficient to determine capability in providing the same product and provide documentation of being an authorized distributor/reseller of the Bowman Perfusion Monitor. All capability statements received within 7 days after publication 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Debra Walker-Sykes at debra.walker-sykes@med.navy.mil. Statements are due by COB 15 August 2007 EST. No phone calls accepted.
 
Place of Performance
Address: NATIONAL NAVAL MEDICAL CENTER, EQUIPMENT MANAGER, BLDG 01, 8901 WISCONSIN AVENUE, BETHESDA MD
Zip Code: 20889-5000
Country: UNITED STATES
 
Record
SN01366284-W 20070810/070808222107 (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.