Federal Bid

Last Updated on 30 Sep 2015 at 10 AM
Solicitation
Center Kentucky

Monitors, Physiologic, Neurology, Electromygraphy, Telemetric

Solicitation ID N6264515RCES053
Posted Date 14 Jul 2015 at 8 PM
Archive Date 30 Sep 2015 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
The Naval Medical Logistics Command intends to award a delivery order against Federal Supply Schedule contract, V797P-4204B, pursuant to the authority of the Multiple Award Schedule Program. The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 8.405-6(a)(1)(i)(B)) with Natus Medical Incorporated, respectively, and distributed by Natus Medical, Inc., 1501 Industrial Road, San Carlos, CA. 94070-4111. The open market items included in this requirement are P/N#: Medical Grade UPS with Isolation (North America 5-15R HG plug), Qty one (1) , P/N#: LC101-8 NeuroWorks 8.x Acquisition Software with Spike / Event and High Res Video, Qty one (1) , P/N: REPORT-EDITOR MS Word Report Editor for Neuroworks/Sleepworks, Qty one (1) , P/N: NO-ISO Isolation Transformer Not Included, Qty one (1), P/N: LC102-8 NeuroWorks 8.x Review Softwaretr, Qty one (1), P/N#: REPORT-EDITOR MS Word Report Editor for Neuroworks/Sleepworks, Qty one (1), P/N#: LC103-8 NeuroWorks 8.x Review Software Non-XLTEK PC, Qty one (1), P/N#: SVC800INSTALL_INC Installation Included, Qty (2), P/N#: SVC800TRAIN_INC Training Included, Qty two (2).

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 system shall be in accordance with the OEM terms and conditions.

This acquisition is being conducted under FAR 8.4-Federal Supply Schedules. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339113 with a small business size standard of 500 employees. 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, including cost, 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.

Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Hugh O'Neil at [email protected] and POC [email protected]. Statements are due not later than 10:00 AM, Eastern Time on 31 July 2015. No phone calls accepted.

Bid Protests Not Available