SOLICITATION NOTICE
65 -- Phototherapy Unit
- Notice Date
- 5/5/2014
- 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
- N6264514RCES040
- Archive Date
- 10/1/2014
- 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 Cynosure Inc. 5 Carlisle Road, Westford, MA, 01886. The requirement is for a phototherapy unit, infrared, pulse lamp/laser [23-544]. The system shall be capable of treating scars and textural irregularities of the skin. The system shall be capable of hair removal. The system shall be capable of delivering both ablative and non-ablative treatment beams. The system shall be capable of delivering pulsed light treatment beams of wavelengths 1540 nm and 2940 nm. The system shall also be capable of producing pulsed light treatment beams at varying wavelengths, including wavelength ranges of 500-670 nm and 870-1200 nm. The system shall be capable of delivering at least 350 joules to the selected spot size. The system shall be capable of emitting light with a pulse rate of up to 3 Hz. The system shall be capable of delivering epidermal cooling during treatment to prevent purpura. The system shall be capable of quantitatively measuring the average density of melanin in the skin. The system shall include staff training on how to operate the new system. The power requirement is 110 VAC, 60 Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems 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 systems 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 unit/system, transporting it 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. 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) 339112 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 4:00 PM on 20 May 14. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264514RCES040/listing.html)
- Record
- SN03357160-W 20140507/140505234458-dcf4267a47a3951e0182b60cd7c333cf (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 |