Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

65 -- High frequency jet ventilators in support of NMC Portsmouth - Notice of Intent to Sole Source

Notice Date
7/18/2017
 
Notice Type
Presolicitation
 
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
N62645-17-Q-0014
 
Archive Date
8/18/2017
 
Point of Contact
Josh G. Blickenstaff, Phone: 3016199325
 
E-Mail Address
joshua.g.blickenstaff.civ@mail.mil
(joshua.g.blickenstaff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part 13.106-1(b)(1)). The proposed source is Bunnell Incorporated of 436 Lawndale Drive, Salt Lake City, UT 84115-2917. Naval Medical Center (NMC) Portsmouth,VA has a requirement for seven (7) ventilators. The ventilators shall be high-frequency jet ventilators that deliver short, high velocity pulses of gas into infant lungs at fast rates to oxygenate neonatal patients with lung disease. The ventilators shall be capable of ventilating at a rate of 240-600 breaths per minute (bpm). The ventilators shall be capable of delivering a peak inspiratory pressure (PIP) of 8-59 cm H20. The ventilators shall have an inspiratory time (I-Time) of 0.020-0.034 seconds. The ventilators shall have an automated humidifier and an alarm system to alert clinicians of changes in the patient or ventilator system. The ventilators shall include a box that contains the inhalation valve and pressure transducer. Each ventilator shall have a spare inhalation valve and pressure transducer box. The ventilators shall have battery backup to allow for transportation of patients without a disruption in ventilation. The batteries shall charge continuously when the ventilator is plugged into an electrical outlet. Each ventilator shall include a rolling cart and intravenous (IV) pole mounting kit. The power requirement is 120 VAC, 60 Hz. Bunnell Incorporated is the only vendor that can provide a high-frequency ventilator that uses jet ventilation to adequately and safely ventilate neonates with lung disease. No other vendor can provide a high-frequency jet ventilator that is intended for use in the Neonatal Intensive Care Unit. Bunnell Incorporated is the only vendor that can meet the minimum requirements of the Government. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, 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, including claims made for the product, shall be compliant with FDA regulations, with respect to marketing and delivering medical products for use in the United States of America. These requirements shall apply even if delivery is requested outside of the United States of America. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13.106-1(b)(1)). 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 1000 employees. This notice of intent is not a request for competitive proposals; however, if a vendor challenges the basis of this requirement, please email challenges and product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Josh Blickenstaff at joshua.g.blickenstaff.civ@mail.mil, reference solicitation number N62645-17-Q-0014. Closing date for challenges is no later than 1300 Local Time, 03 August 2017. 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/N62645-17-Q-0014/listing.html)
 
Record
SN04584916-W 20170720/170718235902-4a817b8d51db101e99d55ae98737125f (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.