SOLICITATION NOTICE
65 -- Automated Server-Based System
- Notice Date
- 6/25/2013
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus 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
- N4689613RCJTF27
- Archive Date
- 9/30/2013
- Point of Contact
- Derek J. Bell, Phone: 3016196914
- E-Mail Address
-
derek.bell@med.navy.mil
(derek.bell@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Pentax Medical Company, 3 Paragon Drive, Montvale, NJ 07645, as the only responsible source that can provide the equipment, service, and support for an Endoscopy Picture Archiving and Communications System capable of receiving DIACAP approval to operate on the WRNMMC-Bethesda network by 31 July 2013. The requirement is for an automated server-based system that is capable of storing images, documenting procedures and recording nursing notes for endoscopic procedures performed in a GI, Pediatric GI and Pulmonary Endoscopy clinic. The system shall have video capture capability that will integrate video and still images into the procedure notes. The system shall incorporate 15 years of historical endoscopic procedure data from the former NNMC and WRAMC legacy systems. The system shall allow providers to view all procedure data from one central location. The system shall include quality improvement software that measures a provider's time/motion across a broad range of criteria. The system shall have a scheduling system. Any system selected must be DIACAP compliant and provide HIPAA-compliant data security to the level required by DIACAP in order to reside on the WRNMMC-Bethesda network. The contractor shall comply with Department of Defense Information Assurance Certification and Accreditation Process (DIACAP) requirements prior to 31 July 2013. 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. The equipment shall be in compliance with OSHA requirements. 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. Upon delivery, the vendor shall be responsible for uncrating the unit/system and transporting it through the facility to the location of intended use for installation. If interim storage is required, the vendor shall make arrangements for the storage. 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) 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 2:00 PM on 10 Jul 2013. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N4689613RCJTF27/listing.html)
- Record
- SN03099461-W 20130627/130625235532-569e822debac53b25aa9571902c100c8 (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 |