|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1997 PSA#1987Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft.
Detrick, MD 21702-5015 65 -- NEURO-STEROTACTIC IMAGE GUIDED SURGERY SYSTEM SOL
N62645-98-R-0011 POC Ralph Payne, 301/619-3018; Terry Horst,
301/619-3012 The Naval Medical Logistics Command has a requirement for
a Neuro-sterotactic Image Guided Surgery System. The Navy intends to
negotiate with Sofamor Danek as the only one responsible source. This
notice is not a request for competitive proposals. See Note 22. This
requirement is a combined synopsis/solicitation for a commercial item
prepared in accordance with FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only Request for Proposal under Solicitation
N62645-98-R-0011. The Government contemplates award of a Firm Fixed
Price contract. A proposal from Sofamor Danek, Memphis, TN, is being
requested and a written solicitation will not be issued. Sofamor Danek
shall satisfy this requirement by providing the following Contract
Line Items (CLINs); CLIN 0001, Stealth Station Cranial Workstation
(#960-095) which includes: Stealth Station (#960-100), 1 each, Cranial
System Software (#960-201), 1 each, Cranial Instrumentation Set
(#960-200), 1 each; CLIN 0002, Spinal System Software (#960-301), 1
each; CLIN 0003, Spinal Instrumentation Set (#960-300), 1 each; CLIN
0004, HP Laser Jet 5MP Printer (#960-142), 1 each; CLIN 0005, Printer
Cable (#960-143), 1 each; CLIN 0006, Skull Base System Software
(#960-701), 1 each; CLIN 0007, Skull Base Instrumentation Set
(#960-700), 1 each; CLIN 0008, Fiducial Markers (#960-991) [box=10
kits], 1 box; CLIN 0009, Replacement LED's, Autoclavable (#960-980)
[box=10 each], 1 box; CLIN 0010, Optical Disk Drive (#960-153), 1 each;
CLIN 0011, One Year Service Agreement (#960-190), 1 each; CLIN 0012,
Stealth Station Training (for 5 Surgeons and 5 Support Specialist), 1
each; CLIN 0013, Stealth Station Installation, 1 each. The Stealth
Station Image Guided Surgery System shall meet the following Salient
Characteristics: * An infrared (IR) Dynamic Referencing system for
tracking instruments, anatomy and patient movement that eliminates the
need for re-registration. * The capability of independent movement of
both camera and patient. * A real time guidance system. * An
instrument/device guidance system that relates to MRI/CT scans. * A
guidance system display for instrument position and trajectory. * The
capability to provide use of standard surgical instruments "free hand".
* Have software for interactive orthogonal (transverse, sagittal and
coronal), 3-D trajectory views. * Have software for pre-surgery virtual
surgery to create optimal paths. * The ability during surgery to select
optimal path, avoid critical structures and define lesion boundaries.
* Have spinal, cranial and skull base applications. * Have the ability
to track "wireless" instrumentation. * Have hardware and software
interfaces for stereotatic frames. * Have a Zeiss microscope interface.
* The capability of independent movement of both camera and patient. *
A real time guidance system. * An instrument/device guidance system
that relates to MRI/CT scans. * A guidance system display for
instrument position and trajectory. * The capability to provide use of
standard surgical instruments "free hand". * Have software for
interactive orthogonal (transverse, sagittal and coronal), 3-D
trajectory views. * Have software for pre-surgery virtual surgery to
create optimal paths. * The ability during surgery to select optimal
path, avoid critical structures and define lesion boundaries. * Have
spinal, cranial and skull base applications. * Have the ability to
track "wireless" instrumentation. * Have hardware and software
interfaces for stereotatic frames. * Have a Zeiss microscope interface.
applies to this acquisition with the exception of (d), (e), (f), (h),
and (i) of the clause, which are RESERVED. Proposal evaluation will be
based on the technical description of the items offered, to include
product literature, or other documents, to determine technical
acceptability; and the Government's determination that the proposed
price is fair and reasonable. To support the offered price, the offeror
shall include copies of published commercial price list, or other
documentation setting forth the prices charged to the general public.
The Government will award a contract based on; 1) Determination of
technical acceptability of items offered, and 2) Determination that the
proposed price is fair and reasonable. Sofamor Danek shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items, with their offer.
Additionally, Sofamor Danek shall include a completed copy of the
provision at DFARS 252.212-7000, Offeror Representations and
Certifications-Commercial Items. FAR 52.212-4, Contract Terms and
Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition. In compliance
with said clause, the following additional FAR clauses apply: 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity;
52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned
Small Business Concerns; 52.222-26, Equal Opportunity; 52.222-35,
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36, Affirmative Action for Handicapped Workers; 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes Applicable to Defense Acquisitions of Commercial
Items, applies to this acquisition. In compliance with said clause,
DFARS clause 252.205-7000, Provision of Information to Cooperative
Agreement Holders applies. (0338) Loren Data Corp. http://www.ld.com (SYN# 0216 19971208\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|