Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SPECIAL NOTICE

65 -- Endoscope

Notice Date
7/18/2017
 
Notice Type
Special Notice
 
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
N62645KW0002
 
Archive Date
9/30/2017
 
Point of Contact
Kara E. Williams, Phone: 3016197467
 
E-Mail Address
kara.e.williams5.civ@mail.mil
(kara.e.williams5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis IAW FAR 13 with Intuitive Surgical, Inc. 1266 Kifer Rd., Sunnyvale, CA 94086-5206, as the only responsible source that can provide a endoscope upgrade for Naval Medical Center Portsmouth, VA. The requirement is for a one (1) endoscope upgrade for Naval Medical Center (NMC) Portsmouth. The upgrade shall include an endoscopic fluorescence imaging vision system compatible with the existing da Vinci Si Surgical System at NMC Portsmouth. The system shall use real-time, image-guided viewing with near-infrared technology to identify key anatomical landmarks during procedures. The system shall allow for the surgeon to switch between standard, visible light, and near-infrared imaging during minimally invasive procedures. The system shall use indocyanine green fluorescing dye for intra-operative imaging guidance. The system shall allow for the visualization of vasculature, blood flow, tissue perfusion, and targeted anatomy. The system shall include a 12 mm 0º endoscope, 12 mm 30º endoscope, 12 mm alignment target, illuminator, and a high definition camera head with cable. The system shall include onsite training. 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 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. 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 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 IAW FAR 13. There are no 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 1,000. 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. Submit capability statements via email (using PDF, MS Word, Excel attachments) to Kara Williams at kara.e.williams5.civ@mail.mil. Statements are due not later than 5:00 P.M. ET on 03 Aug 2017. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645KW0002/listing.html)
 
Place of Performance
Address: NMLC, 693 Neiman Street, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN04583559-W 20170720/170718234553-18553c69293f817f2a4bfbfbf6a856d1 (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.