Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOLICITATION NOTICE

65 -- High-Frequency Neonatal Intensive Care Ventilator

Notice Date
3/20/2014
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument 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
N62645RCES027
 
Archive Date
4/19/2014
 
Point of Contact
Andrew A. Hampton, Phone: 3016193115
 
E-Mail Address
andrew.hampton@med.navy.mil
(andrew.hampton@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 13.1) with Bunnell Incorporated, 436 Lawndale Drive, Salt Lake City, UT 84115, 1-800-800-4358, as the only responsible source that can provide a high-frequency neonatal intensive care ventilator. This system is for the Naval Medical Center Portsmouth, VA. The ventilator shall use high-frequency jet ventilation technology. The system shall be able to provide at least 660 breaths per minute. The unit shall allow for passive exhalation. The unit shall have controls for Peak Inspiratory Pressure (PIP), Rate (breaths per minute), and Inspiratory Time (I-Time). The system shall have a display that includes, but is not limited to, patient and ventilator pressures. The ventilator shall be effective for treating neonatal volume-induced lung injuries and provide for early intervention of pulmonary interstitial emphysema. The system shall include a cart for mobility and an Uninterruptible Power Supply (UPS) as a backup power source. The vendor shall have 24/7 support available. The electrical requirement for the system is 110VAC, 60Hz. 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. Based on the above information, the only technically acceptable system is provided by Bunnell Incorporated This acquisition is being conducted under FAR Part 12 and 13. Provisions and clauses in effect through Federal Acquisition Circular 2005-72 are incorporated. 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 shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification 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 (formats for submission: PDF, MS Word, or MS Excel) should be sent to Andrew Hampton at andrew.hampton@med.navy.mil. Closing date for capability statements is no later than 11:00 AM EST on 4 Apr 2014. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES027/listing.html)
 
Record
SN03316103-W 20140322/140320235148-82e9fb9be8063a02812784e8a0f1fbb0 (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.