Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

65 -- Bedside Fetal Monitors

Notice Date
8/10/2011
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
 
Archive Date
9/9/2011
 
Point of Contact
Jason K Winings, Phone: 3016194523
 
E-Mail Address
jason.winings@med.navy.mil
(jason.winings@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
SPM2D-09-D-8300
 
Award Date
8/10/2011
 
Description
EXCEPTION TO THE FAIR OPPORTUNITY PROCESS FAR 16.505(b)(2) 1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY: This is an exception to the fair opportunity process. The Naval Medical Logistics Command, acting on behalf of NH Jacksonville, intends to award a delivery order against Defense Logistics Agency (DLA) Troop Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPM2D1-09-D 8348 2. NATURE/DESCRIPTION OF CONTRACT ACTION: The proposed acquisition is for fifteen (15) fetal monitors manufactured by GE Healthcare, 8200 W Tower Ave, Milwaukee, WI 53223. The Government intends on awarding a Firm Fixed Price delivery order. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: The NH Jacksonville has a requirement for fifteen (15) fetal monitors. The systems shall be capable of monitoring maternal temperature, blood oxygen saturation (SpO2), electrocardiograph (ECG), and non-invasive blood pressure (NIBP). The systems shall be capable of monitoring fetal heart rate via both ultrasound and ECG, and shall monitor uterine pressure. The system shall be capable of monitoring at least two fetal heart rates for twins. The systems shall include chart recorders. The following accessories shall be included: Toco and Doppler transducers, ECG electrodes and connectors, and SpO2 sensors. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority exception to the fair opportunity process is implemented by 10 U.S.C 2304(c)(1) and FAR 16.505(b)(2)(ii), only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. Only GE can provide a fetal monitor that meets the minimum requirements of the government. Only GE can provide a fetal monitor that also provides maternal temperature monitoring. It is essential to monitor maternal temperature to prevent undiagnosed conditions that may be masked by the patient eating ice or during oxygen administration; by integrating temperature monitoring with the fetal monitor, the patient can still be monitored during active labor. GE is the only source available via the MOU that has an FDA 510k-clearance to market a fetal monitor that includes the capability to monitor maternal temperature. Only GE can provide a fetal monitor that meets the minimum requirements of the government. 5. DETERMINATION OF BEST VALUE: DLA has already determined the prices of equipment on the IDIQ as fair and reasonable. The Contracting Officer shall make a determination of best value for the Government before a delivery order is executed. 6. DESCRIPTION OF MARKET RESEARCH: A survey was conducted of companies that offer a fetal monitoring system under the DLA IDIQ and only GE and Philips offer fetal monitors. Of these, only GE is able to provide a fetal monitor that can also monitor maternal temperature. Philips does not offer a monitor that can do this. Only GE meets the minimum requirements of the government. 7. ANY OTHER SUPPORTING FACTS: None 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: Future procurements will be done in accordance with FAR 16.505. 9. CONTRACTING POINT OF CONTACT: Naval Medical Logistics Command, Fort Detrick, Maryland 10. TECHNICAL AND REQUIREMENTS CERTIFICATION REQUIRED BY DFARS 216.505-70 and FAR 8.405-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7af958114ce9fff9acb2e0963abf464)
 
Record
SN02529080-W 20110812/110810235639-f7af958114ce9fff9acb2e0963abf464 (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.