SOLICITATION NOTICE
65 -- Lens Analyzer/Blocker - N62645-09-T-0217
- Notice Date
- 8/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-09-T-0217
- Archive Date
- 9/3/2009
- Point of Contact
- Jaime R. Layton, Phone: 3016193020
- E-Mail Address
-
jaime.layton@med.navy.mil
(jaime.layton@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Lens Analyzer/Blocker DEPARTMENT OF THE NAVY, NAVAL MEDICAL LOGISTICS COMMAND SYNOPSIS AND SOLICITATION The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with National Optronics, 100 Avon St., Charlottesville, VA 22902, as the only responsible source that can provide a combination automated lens analyzer/ automated lens blocker unit. Only National Optronics can provide a unit that can perform automated lens analysis using the three required power measurements as well as lens analysis and blocking on all required lens types and materials including required tints and coatings. National Optronics is the only manufacturer that can provide a unit that can interface with the currently installed base of National Optronics lens processing equipment at the facility. Regulatory Requirements: The system and all of the components, 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. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 333298. 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. 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Jaime Layton at jaime.layton@med.navy.mil No phone calls accepted. ESSENTIAL CHARACTERISTICS LENS ANALYZER/BLOCKER The requirement is for six (6) lens analyzer/blockers. The units shall have the capabilities of both a lens analyzer as well as a lens blocker. The lens analyzer function shall have an automated process to analyze lens power. The units shall have a spherical power range of -15D to 10D, a cylindrical power range up to 10D, a prism power range from 0 to 10D and an axis range from 1-180 degrees. The units shall also be capable of automated lens blocking with no need for pre-positioning of the lens. The units shall be able to accommodate spherical, aspherical, progressive, bifocal, trifocal, toric as well as executive lens types. The units shall be capable of working with all refractive indexes, anti-reflective coatings, UV, all scratch coatings as well as tinted lenses with 20% or greater light transmission. The units shall have an effective blocking diameter ranging from 35mm to 85mm. The units shall be OMA/VCA compatible. The units shall include a barcode reader for various block configurations. The unit shall be capable of interfacing with National Optronics edgers and frame tracers currently installed at the facility. The voltage requirements are 120VAC, 60 Hz. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-09-T-0217/listing.html)
- Place of Performance
- Address: Fort Benning, Georgia, United States
- Record
- SN01900861-W 20090807/090806002251-e6ca0b222efd4f578bf264331ba99737 (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 |