Inactive
Notice ID:N6264519RCES004
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part FAR 8.405-(6)(b)(1) only one source is capable of responding). The proposed source is Walman Instru...
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part FAR 8.405-(6)(b)(1) only one source is capable of responding). The proposed source is Walman Instruments of 230 Eva St, Saint Paul, MN 55107-1605. The Naval Medical Logistics Command has a requirement for one (1) scanning system, ultrasonic, ophthalmic [11-389] for U.S. Naval Hospital Guantanamo Bay, Cuba. This requirement is part of Federal Supply Schedule (FSS) procurement. Only one award will be made as a result of this synopsis. The ophthalmic scanning system is available on Walman Instruments' contract (36F79718D0353). However, the following components are not available via their schedule: UBM HD Upgrade (VMax HD UBM Upgrade to AB System), B101-7 (50Mhz Transducer Upgrade-OPTION), B101-4 (20MHz B-scan Probe Upgrade Option), and Freight. The 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 Food and Drug Administration (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. 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 all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112. 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 will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Benjamin Marcus at Benjamin.t.marcus2.civ@mail.mil. Closing date for challenges is no later than 2:00 PM ET on 01 January 2019. No phone calls will be accepted.