Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2012 FBO #3821
SOLICITATION NOTICE

65 -- CORNEAL TOPOGRAPHY SYSTEM

Notice Date
5/9/2012
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N62645R2CES099
 
Response Due
5/25/2012
 
Archive Date
7/31/2012
 
Point of Contact
Brian Miller 301/ 619-1086
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 6.302-1). The proposed source is Technolas US LLC, 3365 Tree Court Industrial Blvd, St. Louis, MO 63122. Naval Hospital Camp Pendleton has a requirement for one (1) corneal topography system. The system shall be capable of analyzing the anterior segment of the eye. The system shall be capable of objectively determining the topography of the anterior corneal surface, determining the topography of the posterior corneal surface, determining the corneal thickness profile, and determining anterior chamber depth profile. The system shall be capable of direct measurement of elevation. The system shall be capable of direct measurement of curvature. The system shall be capable of integrating elevation and curvature data to prevent misalignment errors. The system shall be capable of mapping the entire corneal surface. The system shall be capable of detecting corneal abnormalities. The system shall be capable of measuring corneal white-to-white diameter prior to implantable collamer lens (ICL) refractive surgery to determine proper implant sizing. The power requirement is 120V, 60 Hz, single phase. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. 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. The system shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the units, transporting them through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510 with a small business size standard of 500. 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 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. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Brian Miller at brian.miller4@med.navy.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Brian Miller. Email challenges are preferred. Closing date for challenges is no later than 11:00 AM. ET on 25 May 2012. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645R2CES099/listing.html)
 
Record
SN02743505-W 20120511/120509235438-c19cfc11bd7bb8061c44b2a84b58032a (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.