Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

65 -- DVS and DCS

Notice Date
9/12/2009
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6861090246508
 
Archive Date
10/3/2009
 
Point of Contact
Erin M Cotter, Phone: 301-619-1086, Tameka N Davis, Phone: 301-619-1677
 
E-Mail Address
erin.cotter@med.navy.mil, tameka.davis@med.navy.mil
(erin.cotter@med.navy.mil, tameka.davis@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with SKC, Inc. 863 Valley View Road, Eighty Four, PA 15330, as the only responsible source that can provide a Deployable Vapor System (DVS) and a Deployable Cartridge Sampler.. The DVS is a sampling system consisting a SKC Leland Legacy Pump and specially designed sampling train contained in a ruggedized, small package to mimic much larger US Environmental Protection Agency approved sampling methodologies for collecting volatile organic compounds. It was designed and the sampling methodology validated by SKC in cooperation with the USA Center for Health Promotion and Preventive Medicine (USACHPPM)to collect ambient emissions of volatile organic compounds (VOC)during military deployments. Samples are analyzed in a laboratory using the TO-17 Method. It is the instrument used across DOD for characterizing VOC in deployment locations. USACHPPM provides pre-conditioned sampling media used with this system and performs the chemical analysis of samples free of charge consistent with their responsibilities as lead DOD agent for Force Health Protection. One laboratory analysis costs more than a single sampler. DoD would also have to modify the training program as this is the instrument we've deployed for 3 years. Similar to the DVS, the Deployable "Cartridge" Sampler is a joint venture between SKC and USACHPPM. It, like the DVS, combines a Leland Legacy Pump with a specially designed sampling train for semi-volatile compounds, pesticides, dioxins and dibenzofurans (the really nasty (from a health perspective) contaminants that come out of burn pits and other combustion sources). The DCS provides an USEPA equivalent method for sampling for these compounds which otherwise would require 2 distinctly different samplers a PUF Sampler and a PS2 Sampler. Both of these combined are about the size and weight of a Volkswagen Beetle. So, you can see why that wouldn't work in a deployment scenario. The DCS, on the other hand, is self-contained and fits in a pelican case a little larger than a brief case. Also, similar to the DVS, USACHPPM loads the sampling media and pre-conditions the cartridges (either PUF or XAD)that we provide. Expeditionary Medical Logistics Program has a requirement for 8 PUF and XAD Cartridges for each build. Regulatory Requirements: The system and all of the components, 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. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334519. 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to erin.cotter@med.navy.mil. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6861090246508/listing.html)
 
Place of Performance
Address: Naval Expeditionary Medical Support Command, 108 Sanda Avenue Bldg 565, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01952376-W 20090914/090912233917-5d3b5fcbc54837d50a0737b90312ee9b (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.