Federal Bid

Last Updated on 20 May 2017 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Bi-Ventricular ICD, Dual and Single Chamber Pacemakers

Solicitation ID N0025917N0066
Posted Date 26 Apr 2017 at 7 PM
Archive Date 20 May 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
Notice of Intent to Sole Source

The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to St. Jude Medical, Inc., at 1 Saint Jude Medical Dr., Saint Paul, MN 55117-1789. Requirement is to purchase Bi-Ventricular Implantable Cardioverter Defibrillator (Bi-V ICD), Dual Chamber Implantable Cardioverter Defibrillator (ICD), MRI Dual Chamber Pacemaker and MRI Single Chamber Pacemaker. These supplies are patient specific and are based upon the patient's anatomy. The device must maintain a heart rate from 60-100 beats per minute and must be adjustable to a heart rate requirement based upon the patient's needs. The lead must have the electrodes at their tips in the heart chamber to communicate with the heart and the device. Pacemaker service - routine interrogation service, every 3 to 6 months or as needed and must include an on-site support during implantation.

St. Jude Medical is the only manufacturer to provide the service/supplies and support of Bi-V ICDs, Dual Chamber ICDs, MRI Dual Chamber and MRI Single-Chamber Pacemaker procedures. St. Jude Medical is the only manufacturer that allows for multisite left ventricular pacing options and has the ability to deliver two LV pacing pulses simultaneously. This improves Acute Hemodynamic Response and Contractility in the left ventricle. St. Jude Medical's dual chamber pacemaker system is composed of one device and 2 leads. St. Jude Medical is the only company who has the multiple pacing; it has an increased amount of leads allowing for unsurpassed flexibility for optimal pacing configurations.

This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order.

Capability statements are due by 09:00 AM Local Time, 05 May 2017. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Jan 2011 at 7 PM
San diego California 03 Jul 2015 at 8 PM
Center Kentucky 27 Nov 2013 at 9 PM
Center Kentucky 25 Nov 2013 at 10 PM
Washington District of columbia 17 Nov 2006 at 5 AM