Inactive
Notice ID:N6264519RCES021
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 Four Points Technology, LLC of 1490...
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 Four Points Technology, LLC of 14900 Conference Center Drive, Suite 100, Chantilly, VA 20151. The Naval Medical Logistics Command has a requirement for one (1) scanning system, ultrasonic, general-purpose [15-976] and four (4) transducers, ultrasonic [14-121] for NMC San Diego. The ultrasound system shall be indicated for use in urology procedures. The system shall be capable for use in conjunction with the UroNav Fusion Biopsy System to perform prostate biopsies. The ultrasound shall be capable of running off of a battery pack. The system shall include a high-resolution 19" monitor. The ultrasound shall be capable of angular compound imaging and motion compensated angular compound imaging. The ultrasound shall be capable of automatic image optimization including parameter adjustment and motion compensation. The system shall include a mobile keyboard dock and shall be capable of running off of the provided battery pack for at least four hours. The system shall include a black and white printer. The system shall include one (1) linear array transducer capable of range 12-5 MHz, one (1) curved array transducer capable of range 6-2 MHz, and two (2) endocavity triplane transducers capable of simultaneous biplane and endfire imaging in the range of 12-4 MHz. The power requirements are 120 V 50/60Hz. The vendor shall provide on-site operational training for at least two (2) personal. 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) 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 Derek Bell at derek.j.bell.civ@mail.mil. Closing date for challenges is no later than 3:00 PM ET on 01 March 2019. No phone calls will be accepted.