The RFP Database
New business relationships start here

Electronystagmograph and Physiologic Recorder


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 GN Otometrics of 50 Commerce Drive Suite 180, Schaumburg, IL 60173. Naval Medical Center San Diego has a requirement for one (1) electronystagmograph [11-479] and one (1) recorder, physiologic, evoked potential, auditory [16-303].

This requirement is part of Federal Supply Schedule (FSS) procurement. Only one award will be made as a result of this synopsis. The majority of the items required for the systems are available on GN Otometrics' contract (V797P-4189B). However, the following components are not available via their schedule: Chartr EP 200 System (8-04-12703), Impulse Goggle Strap (8-35-34200), Volume Face Cushion Box (8-62-50200), Anthro Cart (Misc Product), Printer with Cable (7880100), Professional Installation (Otometrics Advantage GO Install), Standard In-Service Training (Otometrics Advantage GO Training), and Shipping and Handling.


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 of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage.


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 shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. 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) 334515. 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 2:00 PM ET on 29 December 2017. No phone calls will be accepted.


Derek J. Bell, Phone 3016196914, Email derek.j.bell.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP