Inactive
Notice ID:N6264519RCES041
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 Belmont Instrument, LLC of 780 Bost...
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 Belmont Instrument, LLC of 780 Boston Road Suite 3, Billerica, MA 01821. The Naval Medical Logistics Command has a requirement for three (3) cooling units, patient [12-078] for Naval Medical Center San Diego (NMCSD). The cooling units shall be utilized in NMCSD's Neonatal Intensive Care Unit (NICU) to help neonates who are unable to self-regulate their body temperature. The units shall be capable of continuously monitoring and controlling patients' body temperature. The cooling units shall control the outflow temperature at a minimum of 13oC and a maximum of 40.8oC, and the patient temperature set point at a minimum of 30oC and a maximum of 40oC. The units shall interface with wrap-style blankets designed for neonates. Each cooling unit shall include at least one (1) neonatal wrap-style blanket that is latex-free, anti-static, biocompatible, and body-conforming. The wrap-style blankets shall allow parents to continue body-to-body contact with the neonate. In addition, the wrap-style blankets shall be able to wrap around the infants' heads during positioning therapy. The requirement shall include disposable core and surface temperature probes. The vendor shall provide on-site clinical training conducted by one (1) clinical education specialist for the seventy five (75) registered nurses (RNs) and respiratory therapists (RTs) at NMCSD's NICU. The requirement shall include two (2) operator manuals and two (2) service manuals. The power requirements are 110 VAC, 50/60 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 Derek Bell at derek.j.bell.civ@mail.mil. Closing date for challenges is no later than 3:00 PM ET on 27 March 2019. No phone calls will be accepted.