Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
SOLICITATION NOTICE

10 -- Urodynamic Measurement System

Notice Date
1/9/2018
 
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
N6264518RCES017
 
Archive Date
9/30/2018
 
Point of Contact
Letitia R. Shirey, Phone: 3016191103
 
E-Mail Address
letitia.r.shirey.civ@mail.mil
(letitia.r.shirey.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 13.106-1(b)(2)) with Laborie Medical Technologies, Corp. of 400 Avenue D, Suite 10, Williston, VT 05495, United States as the only responsible source. The Urology Department of the Naval Medical Center San Diego (NMCSD) is in need of video urodynamic equipment. The urodynamic measurement equipment shall be capable of examining the bladder, sphincter, and urethra, so as to evaluate the storage and release of urine in both adult and pediatric patients. The following bladder functions shall be diagnosable by the provided solution: urge incontinence, stress incontinence, urinary retention, urinary frequency, nocturia, hesitancy, and various storage and micturition issues. The urodynamic equipment shall be capable of performing urodynamic studies, including uroflow tests, electromyography (EMG), postvoid residual (PVR) urine measurements, simultaneous voiding cystometrography (CMG), and filling CMG. The urodynamic equipment shall capture pictures and video of the bladder during the filling and voiding of urodynamic tests. All urodynamic study imaging and procedural results shall be recordable and printable by the urodynamic monitoring system. Additionally, the urodynamic equipment shall have the cordless interface for patient safety and urodynamic procedures and measurements, such as catheterization, EMG, and uroflow. The urodynamic equipment shall be compatible with the existing Dornier urological/radiographic/fluoroscopic procedure table. The urodynamic measurement system shall allow for dual visualization of bladder and x-ray images in simultaneous urology and radiology procedure, especially for pediatric patients. The urodynamic equipment shall be mobile to allow for various room set-ups. In addition, the urodynamic equipment should include pump control for empty bag detection, button-controlled transducers for patient use, dedicated computer, and patient towers. The urodynamic measurement system shall read and transfer data from the existing Laborie urodynamic equipment. The system shall interface with the various x-ray units and ultrasound equipment in the Urology Department at NMCSD. The provided solution shall include all urodynamic software, roam, EMG, commode chair and funnel, printer, sensory array accessories, video accessories (i.e. computers, cables), urodynamic education courses, and the in-service kit. The power requirements are 110 VAC, 60Hz. Contractor 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. 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 Letitia Shirey at letitia.r.shirey.civ@mail.mil. Closing date for challenges is no later than 10:00 AM Eastern Time on 24 January 2018. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264518RCES017/listing.html)
 
Place of Performance
Address: NMC San Diego, United States
 
Record
SN04785440-W 20180111/180109231628-0da697b23fb8cd74164029823fb3a8e9 (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.