Inactive
Notice ID:N6264519RCES032
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 Bunnell Incorporated of 436 Lawndal...
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 Bunnell Incorporated of 436 Lawndale Drive, Salt Lake City, UT 84115-2917. The Naval Medical Logistics Command (NMLC) has a requirement for two (2) ventilators, intensive care, neonatal/pediatrics, high-frequency [18-793] for Naval Medical Center San Diego (NMCSD). 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 minimum rate of 240-600 breaths per minute (bpm). The ventilators shall be capable of delivering a peak inspiratory pressure (PIP) of at least 8-50 cm H20. The ventilators shall have an inspiratory time (I-Time) of at least 0.020-0.034 seconds. The ventilators shall have an integrated 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 a built-in 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 units shall include a one (1) year standard warranty. The power requirement is 120 VAC, 60 Hz. 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. 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 Kerry McKean at kerry.a.mckean.civ@mail.mil. Closing date for challenges is no later than 1300 ET on 27 March 2019. No phone calls will be accepted.