Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

65 -- EFO - N6264511RCES200

Notice Date
9/21/2011
 
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
10/21/2011
 
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
SPM2D1-09-D-8325
 
Award Date
9/20/2011
 
Description
LIMITED SOURCE JUSTIFICATION 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 requiring activity is Naval Medical Center Portsmouth and the contracting activity is the Naval Medical Logistics Command, Fort Detrick, Maryland. The Naval Medical Logistics Command, acting on behalf of Naval Medical Center Portsmouth intends to award a delivery order against Defense Logistics Agency Troop Support's (DLA)Indefinite delivery, Indefinite Quantity (IDIQ) contract SPM2D1-09-D-8325. 2. NATURE/DESCRIPTION OF CONTRACT ACTION: This is a limited source action to be awarded as a delivery order to the business identified in paragraph 3 below. The placement of a firm, fixed price delivery order is anticipated. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: The proposed acquisition is for an expansion/upgrade to the patient monitoring system on a sole source basis from General Electric, 3000 N Grandview Blvd W-443, Waukesha, WI 53188-1615. The requirement is for three (3) full size ultrasonic scanning systems. The systems shall be capable of obtaining images for obstetrics and gynecology purposes. The systems shall be capable of collecting 2D and 3D image data. Each system shall include convex and intracavitary transducers and software to meet the above mentioned needs. Each system shall be capable of acquiring ultrasonic images and capable of storing those images in the PACS system at the facilities. The systems shall be capable of color Doppler, tissue Doppler, coded excitation, harmonic, compound resolution, spectral reduction, and volume contrast imaging technologies. The systems shall include a high resolution monitor and black/white printer for displaying images. The systems shall be capable of integrating with the installed base of ultrasound equipment at NMC Portsmouth. The power requirement for the systems is 110V, 60Hz, single phase. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority exception at 10 USC 2304c to the fair opportunity process is implemented by FAR 16.505(b)(2)(ii), one and only source. The proposed requirement is for an expansion/upgrade to the patient monitoring system. In accordance with FAR 16.505(b)(2)(ii), one and only source. The GE Voluson ultrasound scanning systems are the only systems that are compatible with the installed base of ultrasound systems and transducers. The OB/GYN clinic at NMC Portsmouth has an installed base of GE ultrasound systems and transducers. No other scanning systems on the market could expand the existing system and the entire system would have to be replaced by another vendor, which would be of significant duplicative cost to the government (approximately $1M). The GE Voluson ultrasound scanning systems are the only units that meet 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 an ultrasound scanning systems under the MOU. The following companies provide full size ultrasonic scanning systems under the DLA Troop Support MOU for radiographic imaging: Siemens, Toshiba, Hitachi, Shimadzu, and Philips; however they do not meet the minimum requirements of the government because they are not compatible with installed base of ultrasonic scanning equipment in the OB/GYN clinic at NMC Portsmouth. No other vendor besides GE is capable of providing a system that is compatible with installed base of ultrasound systems and transducers. Only GE meets the minimum requirements of the government and is covered by the current MOU. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b14bf57d78355bfbc2eaeddc10531972)
 
Record
SN02587598-W 20110923/110922001659-b14bf57d78355bfbc2eaeddc10531972 (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.