Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SPECIAL NOTICE

65 -- Notice of Intent to Sole Source - Two (2) monitors, physiologic, blood gas/pH, bedside, extracorporeal

Notice Date
7/28/2015
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N0025915RCD0771
 
Archive Date
8/27/2015
 
Point of Contact
Jayme L. Fletcher, Phone: 3016190300
 
E-Mail Address
jayme.l.fletcher2.civ@mail.mil
(jayme.l.fletcher2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 13.106-1(b)(1)(i)). The proposed source is Terumo Cardiovascular Systems Corp, 6200 Jackson Road, Ann Arbor, MI 48103. Naval Medical Center San Diego (NMCSD) has a requirement for two (2) monitors, physiologic, blood gas/pH, bedside, extracorporeal. The units shall be capable of continuous measurement and display of the partial pressure of arterial and venous blood gases and pH values. The units shall be capable of interfacing in-line with the recently awarded Sorin S5 heart-lung bypass systems during open heart surgery. Available parameters shall include pH, partial pressure of carbon dioxide (pCO2), partial pressure of arterial oxygen (pAO2), bicarbonate (HCO3), Base Excess, hematocrit (Hct), arterial oxygen saturation (SaO2), venous oxygen saturation (SvO2), and potassium (K). The units shall be consistent with the equipment utilized by Apex Perfusion, Inc. to ensure the safety of the patients during cardiac procedures. The power requirement is 120VAC, 60Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. 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. The system shall be installed in compliance with OSHA requirements. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. This notice of intent is not a request for competitive proposals; however, if a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Jayme Fletcher at jayme.l.fletcher2.civ@mail.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Jayme Fletcher, reference solicitation number N0025915RCD0771. Email challenges are preferred. Closing date for challenges is no later than 1300 Local Time, 12 August 2015. No phone calls will be accepted. Please note that a determination by the Government not to compete this proposed contract based upon 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0025915RCD0771/listing.html)
 
Record
SN03813767-W 20150730/150729000212-9f4bc1d7d31007babf04f09081cb1c41 (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.