Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOLICITATION NOTICE

65 -- Anti-Gravity Aerobic Exercising Treadmill

Notice Date
1/19/2012
 
Notice Type
Presolicitation
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N62645RCES003
 
Response Due
2/3/2012
 
Archive Date
3/19/2012
 
Point of Contact
Andrew Hampton 301 619-3115
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis with, Alter-G, Inc., 48438 Milmont Dr. Fremont, CA 94538 as the only responsible source that can provide an Anti-Gravity Aerobic Exercising Treadmill. This system is for the Naval Medical Center San Diego (NMLCSD). The system shall be used for conditioning training with musculoskeletal injuries, and/or post surgery for faster healing time. The system shall be able to let the patient choose to reduce their effective body weight by at least as much as 80% (controlled in at most 1% increments). The system shall increase in speed from 0 to at least10 mph in forward direction and at least 2mph in reverse direction. The system shall be able to incline a minimum of +15%. The treadmill shall have a screen to control and set weight, speed and incline. The treadmill shall use air pressure technology that would allow the patient to have unrestricted mobility and not influence the movement in practice. There shall not be any liquid components. The system shall be able to accommodate patients between 100lbs-400lbs. The weight of the system shall not exceed 900lbs. Due to space constraints the treadmill system shall occupy an area of less than 25 sq ft. The treadmill electrical requirements are 220VAC, 20A, 60Hz and single phase. The system 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. Based on the above information, the only technically acceptable system is provided by Alter-G. This acquisition is being conducted under the FAR 12 and 13. Provisions and clauses in effect through Federal Acquisition Circular 2005-55 are incorporated. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 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 product. All capability statements received by closing of this notification 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements (formats for submission: PDF, MS Word, or MS Excel) should be sent to Andrew Hampton at andrew.hampton@med.navy.mil. In addition, capability statements can be faxed to 301-619-1132 Attn: Andrew Hampton. Emailing capability statements is preferred. Closing date for capability statements is no later than 11:00 AM ET on 3 Feb 2012. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES003/listing.html)
 
Record
SN02657632-W 20120121/120119234854-c54221c71ece1b40f9e9e12c63c8b60b (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.