Inactive
Notice ID:N6264519RCES013
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (FAR 13.106-1(b)(1)), soliciting from a single source. The proposed source is LKC Technologies, Inc. of 2 Profess...
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (FAR 13.106-1(b)(1)), soliciting from a single source. The proposed source is LKC Technologies, Inc. of 2 Professional Drive Suite 222, Gaithersburg, MD 20879. The Naval Medical Logistics Command has a requirement for one (1) electroretinography system [11-482] and one (1) analyzer, physiologic, visual function [14-382] for NMC San Diego. The electroretinography system shall be able to record electrical signals from the cornea to aide in the diagnosis of glaucoma, age-related macular degeneration (AMD), and diabetic edema. The system shall be able to perform multifocal ERG, full-field ERG, electrooculography (EOG), visual evoked potential (VEP), and dark adaptometry testing. The system shall have an infrared (IR) camera to view the eye during testing to enable easier alignment. The system shall include a computer with software configured for International Society for Clinical Electrophysiology of Vision (ISCEV) standard protocols, flash and pattern ERG, flash and pattern VEP and EOG protocols. The system shall include a color printer. The system shall include initial electrodes for ERG, VEP, and EOG. The system shall be able to perform tests on adult and pediatric patients, whether conscious or sedated. The system shall be on a mobile cart, allowing transport between multiple, local operating rooms and other exam rooms. The system shall include an adjustable mounting arm to allow testing on supine patients. The system shall include an LCD pattern monitor. The visual function analyzer unit shall be a handheld testing device. The unit shall have an IR camera to view the eye during testing to enable easier alignment. The handheld unit shall be able to test on dilated or un-dilated pupils. The unit shall be able to run flicker and flash ERGs and VEPs. The unit shall be able to use sensor strips for all ERG tests as a less invasive alternative to corneal electrodes. The power requirements are 120 V, 60 Hz, 5 A, single phase. 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. 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) 334510. 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. Submit email capability statements (using PDF, MS Word, Excel attachments) to Kerry McKean at kerry.a.mckean.civ@mail.mil. Statements are due no later than 1000 ET 04 February 2019. No phone calls will be accepted.