Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
SOLICITATION NOTICE

65 -- Lens Generators - Lens Generators Notice of Intnet

Notice Date
8/6/2015
 
Notice Type
Presolicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N634915RC1P505-1
 
Archive Date
9/6/2015
 
Point of Contact
Rebecca Wisner, Phone: 301-619-8413
 
E-Mail Address
Rebecca.C.Wisner.CIV@MAIL.MIL
(Rebecca.C.Wisner.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
Lens Generators Notice of Intent The Naval Medical Logistics Command on behalf of Naval Ophthalmic Support and Training Activity (Nostra) intends to negotiate on a sole source basis in accordance with (IAW) FAR 13.106-1(b)(1), with Intuitos LLC doing business as (DBA) Optec International 6801 38th Street N. Pinellas Park, FL 33781-6119, as the only responsible source that can provide is capable of providing an Lens Generator. The U.S. Navy has a requirement for two (2) Lens Generator. The system shall be capable of dry-cutting prescription ophthalmic lenses, free of elliptical error, in a range of -30 diopters to +30 diopters with prism correction up to 20 diopters. Items being purchased in this acquisition: Description Catalog# Optek Contour MAX Generator 120/60 850 Vacuum, Contour (in Cabinet) 120 850SA-0008 Assy, VBar Lens Check 830SA-100 The unit shall be capable of dry-cutting prescription ophthalmic lenses in a range of -30 diopters to +30 diopters with prism correction up to 20 diopters. The unit shall be an axial, computer numerical controlled generator. The generator shall use fine-point diamond cutter blades, with the capability to cut high index plastic, CR-39, Trivex and polycarbonate material lenses. The system shall be compatible with existing Lab Management RX Software (VisionStar). A stand-alone vacuum and dust collector will be included with the generator. Power requirements are 120V, 60 Hz, single phase. Air source input requirements can be no higher than 90 psi, or about 6 bar. 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. 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. The system shall be installed in compliance with OSHA requirements. 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. 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 339115 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. Based on the above information, the only technically acceptable contractor for providing a lens generator is with Intuitos LLC doing business as (DBA) Optec International 6801 38th Street N. Pinellas Park, FL 33781-6119. Capability statements shall be submitted by email only as a MS word or Adobe PDF attachment to Rebecca.C.Wisner.Civ@Mail.Mil Statements are due no later than 1:00 PM Eastern time on 20 August 2015. NO PHONE CALLS ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N634915RC1P505-1/listing.html)
 
Place of Performance
Address: Naval Ophthalmic Support & Training, 160 Main Road, Virginia, 23691-9984, United States
Zip Code: 23691-9984
 
Record
SN03828061-W 20150808/150807000404-044a9f72cbcabf750a1a1fe1d5e8d17e (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.