Federal Bid

Last Updated on 31 May 2017 at 9 AM
Special Notice
Center Kentucky

AMS 700 Inflatable Penile Prosthesis Accessory Kit

Solicitation ID N0025917N0014
Posted Date 03 May 2017 at 4 PM
Archive Date 31 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 Buffalo Supply Inc.;
1650 Coal Creek Drive Ste. A, Lafayette, CO 80026-8867.
The requirement is for inflatable penile prosthesis which contains the following: 6 AMS 700 Accessory Kit; 6 Reservoir, 65ml, PC/IZ; 6 LGX Preconnect MS 15cm PS IZ; 6 RTE, Snapcone, CX/LGX 5.0cm; 6 SKW Deep Scrotal Retract Sys. The required items are used to treat patients with erectile dysfunction. The conceal IZ must have parylene coating to enhance reservoir durability. Cylinder and Rear Tip Extender (RTE) must have a broad range of RTE lengths that is available in 0.5 cm increments, ranging from 0.5 - 7.5cm. The Momentary Squeeze (MS) Pump must be a one-touch button and lock-out valve for auto inflation and deflation.

Boston Scientific Corporation is the manufacturer and Buffalo Supply Inc. is the sole distributor. Boston Scientific inflatable penile prosthesis is the only penile prosthesis with antibiotic impregnated inflatable penile prosthesis on the market. Its antibiotic treatment creates a zone of inhibition effective against the bacterial commonly associated with inflation penile prosthesis infections and the only inflatable penile prosthesis with clinical evidence showing significant reduction in the rate of revision due to infection. This is the only system on the market that meets the requirement identified herein.

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 04:00 PM Local Time, May 10, 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

Eglin air force base Florida 29 Jun 2017 at 6 PM
Eglin air force base Florida 26 Jun 2017 at 8 PM
Center Kentucky 24 Mar 2016 at 9 PM
Winn Maine 06 Dec 2018 at 5 PM
Winn Maine 06 Dec 2018 at 5 PM