The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b) (1) (i), due to only one responsible source to meet the Government's needs, to Arjohuntleigh, Inc. at 2349 W. Lake St. Ste 250, Addison, IL 60101-6188. Reference # N0025919N0036. The North American Industry Classification System (NAICS) code for this requirement is 532490; the business size standard is $32.5M. The objective of this sole source award is to procure the RotoProne Bed Therapy System Rental Service. A RotoProne Therapy System is a highly specialized, automated and unique patient bed that provides positional therapy to a patient to improve their breathing, ventilation and perfusion. The rental period is based on a daily patient need. This bed is ONLY manufactured and rented through Arjohuntleigh, Inc. Rental service is for a base year with a period of performance from April 15, 2019 to April 14, 2020 plus 4 Option Years.
Arjohuntleigh, Inc. is the manufacturer and the only vendor that offers rental for the RotoProne bed therapy. Arjohuntleigh's RotoProne therapy system is the only bed that accommodates all adults, including pregnant beneficiaries. The RotoProne Therapy System is a comprehensive system that provides an efficient and effective way to prone patients. The Arjohuntleigh rental program helps manage the complexities of patient care through the rental of medical beds and therapeutic mattresses. The rental program provides access to advanced, proven patient therapies and hospital beds, provides operator training for each rental exercised. Additionally, the company is to provide 24/7 technical support via telephone. Products are available when and where they are needed. Eliminates costs for repair and maintenance of facility owned product. Arjohuntleigh is the only vendor that offers bed rental service with these benefits.
This notice of intent is a 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 10:00 AM Local Time, 2 April 2019. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: [email protected].
NO TELEPHONE REQUESTS WILL BE HONORED