Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

65 -- Portable ISO Shelter Operating Room LED Light

Notice Date
3/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N626245-09-T-9989
 
Archive Date
4/4/2009
 
Point of Contact
Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
courtney.piar@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a Brand Name Only basis (IAW FAR 13.501) with Maquet, Inc. 1140 Route 22 East, Bridgewater, NJ 08807, as the only known and responsible source that can provide the Brand Name Only (BNO) Maquet ISO Shelter OR Lights (part number: PWD33SSFTMOUS). A 5 year indefinite delivery indefinite quantity (IDIQ) requirements contract is anticipated with a maximum quantity of 40 units anticipated. Specifically, the items shall conform to FDA certification. Based on the above information, only the “Brand Name Only” ISO Shelter OR Lights manufactured by Maquet, Inc., meets the agency’s needs. Specifications: 1.0General: The US Navy has a requirement for ISO Shelter OR Lights. The light system shall incorporate all needed components for installation. The system must be designed specifically to meet the interior dimensions of NATO ISO shelter systems and that is specified in the below Suspension Specifications 3.0. The light system must have approved deployment strapping system for the main arms and a MIL specification approved protective case for enclosing two Light head Copulas, one Power Supply and the necessary tools for installation. This deployment system will protect the light system for rapid deployment of the ISO shelter. The main and spring arms will be permanently secured to the shelter. The lamp heads and power supply shall be removable for deployment/shipment. 2.0 Light Head: 2.1 The light System shall include two equal light heads supported by one suspension. 2.2 The light system shall have a heat management system and emit no UV or IR heat. 2.3 The light technology shall be100% (LED) Light Emitting Diode and shall be Warm White LED sources. LED life should meet 40,000 hours of usage. 2.4 The Light head shall have a maximum output of 100,000 Lux. 2.5 Maximum Diameter of light should not exceed 18” due to tight constraints of the ISO Shelter. 2.6 The light head shall have symmetrical & circular light source organisation of the LED array in each light head. 2.7 Each LED pattern shall produce diverging light of overlapping, of identical light beams. 2.8 The light shall be a continually fixed focused column of light over full field of volume without manual focus adjustment. 2.9 Light patch diameter shall be (17 cm / 6.69 in) Field of volume is 47”. 2.10 The light patch at the field shall be a perfect homogeneous light pattern without hot spots or shadows over field of volume. 2.11 The light must incorporate LED luminous Flux Management to enable dynamic control of illumination and regulation of LED current depending on LED temperature. The flux management shall keep the output LUX stable over long operation and heat build up during use. 2.12 Fixed colour temperature of 3800 K without manual adjustment. 2.13 The light head shall have on/off and dimmer control of the light on the light head as well as redundant control at the power supply. 2.14 The light shall have LED dimmable backlighting control directed toward the field while under minimally invasive procedures. This can be switched at the light head or power supply. 2.15 Light head enclosure should be polymer or resin material for durability. 2.16 Each LED shall be segmented on a replaceable circuit board. The boards shall be placed for easy access for service. 3.0 Suspension: 3.1 The light system suspension must be designed for the NATO ISO Shelter and fit within all physical constraints. The light suspension will allow the suspension to rotate in the tight constraints of the ISO shelter structure and allow the lights to have maximum head clearance in the low 7’-0” ceiling heights. 3.2 Ceiling Mount Plate: The mounting plate must be specially designed and fabricated to allow the light system to attach to the existing mounts in the ISO shelter ceiling. The plate design maximizes head and light clearances and is adapted to existing ISO mount patterns. 3.3 The light system shall mount, operate and function in a 7’-0” hard ceiling NATO ISO Shelter. The lowest point of any part of the suspension cannot be below 6’-1” The main arm system shall rotate within a fixed 4’-7” diameter at a 6’-6” elevation from floor. The spring arms shall have maximum reach and not have any fixed point lower than 6’-1” elevation. 3.4 The electrical connectors on the suspension must enable quick disconnection of the light heads from the spring arms for rapid deployment. 3.5 The suspension must have supporting straps that will safely secure the main and spring arms to the ceiling of the ISO shelter under deployment. The Straps can be removed under clinical operation and stored in MIL specified container supplied with the light system. 4.0 Power Supply: 4.1 The Power supply must be designed for redundancy in the field with two transformers. They should both be housed in a Self Contained enclosure that quickly mounts with quick disconnects for incoming power and low voltage output to the light. The Power Supply should be designed to be quickly dismantled and packed away during ISO shelter transport. 4.2 The power supply must be designed to be hung via a wall mounted bracket assembly, and electrically connected with simple quick disconnects on both the AC input and the AC output lines. The wall bracket is must allow for quick removal for ease of stowage under deployment. 4.3 The Power supply shall include an on/off and dimmer control of each of the two lights independently at the enclosure. The Power supply shall have an ambient light control on/off and dimmer at the enclosure. The control of the Power Supply shall be redundant to the controls at each lamp head 4.4 The power supply shall have a matched pair of transformers. Each transformer supplies power to one lamp head. 4.5 Wiring conduits and connections: The light kit must provide all necessary wiring cables and conduits to allow a quick change from the old Castle lights to the new lights in the field. 5.0 Deployment and Installation: 5.1 Tools: Specialized installation tools shall be included in the kit necessary for the installation under deployment. 5.2 The light heads and power supply shall be protected within a MIL specified case while in transport. The light heads and transformer can be quickly disconnected and secured in the case within a minimal amount of time. The kit tools shall also be stored in the protective case. 5.3 The installation manual must be specially written to detail the step by step replacement of the light system in the ISO Shelter OR. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334510 with a Small Business Size Standard of 500 employees. 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 shall submit technical data, including cost, sufficient to determine capability in providing the same Brand Name Only product. Interested parties shall be able to show a previous history of providing the Maquet ISO Shelter OR Lights described earlier. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government to only negotiate with the Brand Name Only vendor based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a Brand Name Only procurement that is open to all vendors able to provide the Brand Name Only Maquet ISO Shelter OR Lights. Submit email capability statements (using PDF, MS Word, Excel attachments) to Courtney Piar at courtney.piar@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Courtney Piar. Email statements are preferred. Statements are due not later than 1:00 P.M. EST on 20 March 2009. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57b325f73f30bf5a0fe46f362f28823e&tab=core&_cview=1)
 
Record
SN01762906-W 20090307/090305220901-57b325f73f30bf5a0fe46f362f28823e (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  © 1994-2020, Loren Data Corp.