Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOURCES SOUGHT

65 -- Invasive Ultrasound System with PICC line placement

Notice Date
11/18/2016
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-17-T-0051
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Regional Health Contracting Office-Pacific, Joint Base Lewis McChord (JBLM) Health Contracting Cell, Lacey WA, is conducting a Sources Sought Synopsis Notice for Market Research purposes only. The results of this Market Research will contribute to determining the method of procurement. There is no solicitation available at this time. Requests for solicitation will receive no response. The Contractor shall provide information on exact or equivalent equipment type of Ultrasound System Site Rite 8 with IV Catheter Placement Probe and Accessories as described herein for Madigan Army Medical Center (MAMC), Joint Base Lewis McChord, Tacoma WA. JBLM-HCC anticipates a Firm Fixed Price contract will be awarded. JBLM-HCC anticipates an estimated delivery date of 15 -30 January 2017. Information is being collected from all potential sources at this time. The Government will not answer any questions. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 334510; "Electromedical & Electrotherapeutic Apparatus Manufacturing." All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. JBLM-HCC has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should be BRIEF and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification, if applicable. Please submit one (1) electronic copy of your response by email to Walter.j.Bischoff.civ@mail.mil, or by FAX # 360-486-0787. Statements should be submitted no later than Thursday, 24 November 2016 by 12:00 (Noon) PM Pacific Standard Time (PST). The Government will not answer any questions. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. APPENDIX 1: SALIENT CHARACTERISTICS The Contractor must provide information an exact or equivalent ultrasound system as described below that has the following features: a. Integrated Sherlock 3CG TM Diamond TCS technology which permits vascular access by allowing to visualize Peripherally Inserted Central Line (PICC) placements without the need for placement verification by chest X-ray, which in turn allows real-time monitoring of the cardiac function throughout the procedure. b. This technology visually aligns the needle pathways, prior to insertion; visualize needle tip location in relation to the target structure. Confirm needle intersection of the ultrasound plane. Maintain image integrity by eliminating the need to move the probe to locate the needle, and place needles out-of plane, in-plane, or oblique to the target structure.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-17-T-0051/listing.html)
 
Place of Performance
Address: 9040 Fitzsimmons Drive, Tacoma, Washington, 98431-1101, United States
Zip Code: 98431-1101
 
Record
SN04332090-W 20161120/161118234411-d11ec39946ee552b4f0b65b8f5f68a9d (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.