Federal Bid

Last Updated on 02 Aug 2018 at 8 AM
Special Notice
Frederick Maryland

CustomVue PRK/LASIK

Solicitation ID N0023218RC0P006
Posted Date 03 Jul 2018 at 8 PM
Archive Date 02 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Frederick Maryland United states 21702
The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 13.106(b) to AMO Sales and Services, Inc. at 1700 E St Andrew Pl, Santa Ana, CA 92705-4933. The Ophthalmology Clinic at Naval Hospital Jacksonville is in need of 1,000 CustomVue per procedure treatment cards. These treatment cards are required to perform Laser Assisted in-Situ Keratomileusis (LASIK) or Photorefractive Keratectomy (PRK) on the existing VISX S-4 excimer laser, currently owned by the Refractive Surgery Clinic at Naval Hospital Jacksonville. In addition for each PRK or LASIK refractive surgery performed per procedure fee (license fee) is required.


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 FDA regulations, in 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.

If capable sources are not identified through this notice, then NMLC intends to award a sole source contract under the authority of FAR 13.106(b) to AMO Sales and Services, Inc. at 1700 E St Andrew Pl, Santa Ana, CA 92705-4933, for the performance of the described requirement.

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 contract.

If a vendor challenges the basis of this requirement, please email product capability statements to Ms. Exkelia Thomas at [email protected], reference solicitation number N0023218RC0P006. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment. Closing date for challenges is no later than 10:00AM Eastern Standard Time on 18 July 2018.

Bid Protests Not Available

Similar Past Bids

Jacksonville Florida 24 Jul 2018 at 9 PM
Wright patterson air force base Ohio 15 Dec 2017 at 6 PM
Wright patterson air force base Ohio 28 Dec 2017 at 7 PM
Cushing Maine 15 May 2019 at 5 PM
Harmon Illinois 08 May 2019 at 5 PM

Similar Opportunities

Redstone arsenal Alabama 25 Sep 2026 at 9 PM
New york New york 31 Dec 2025 at 5 AM (estimated)
New york New york 31 Dec 2025 at 5 AM (estimated)