SOLICITATION NOTICE
65 -- Cardiac Electrophysiology Physiologic Monitoring System
- Notice Date
- 4/17/2017
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument 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
- N6264517RCES033
- Archive Date
- 10/1/2017
- Point of Contact
- Eugene P. Datoc, Phone: 3016194191
- E-Mail Address
-
eugene.p.datoc.civ@mail.mil
(eugene.p.datoc.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.501(a), Sole Source Acquisitions). The proposed source is Boston Scientific Corporation of 300 Boston Scientific Way, Marlborough, MA 01752. The Naval Medical Logistics Command has a requirement for one (1) upgrade to the existing cardiac electrophysiology physiologic monitoring system [17-898] for Naval Medical Center San Diego. The system shall be comprised of a computer with corresponding software for the acquisition, display, analysis, and storage of intracardiac electrophysiological data. The system shall be capable of acquiring electrocardiogram signals, direct cardiac signals, and physiologic parameters including diastolic, systolic, and mean blood pressure; heart rate; and cycle length. The system shall acquire data from fluoroscopic systems and radiofrequency generators. The system shall be capable of generating reports with user-customizable templates. The system shall be compatible with the existing amplifier: Clearsign amplifier (Serial # A378133) manufactured by Boston Scientific Corporation. The power requirement is 120 VAC. 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, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America. These requirements shall apply even if delivery is requested outside of the United States of America. The system shall be installed in compliance with OSHA requirements. Upon delivery, the contractor 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. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112. 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. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Eugene Datoc at eugene.p.datoc.civ@mail.mil. Closing date for challenges is no later than 3:00 PM ET on 2 May 17. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517RCES033/listing.html)
- Record
- SN04474811-W 20170419/170417234808-69f778063080fa7f4353226f95ba6a75 (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 |