SEE ADDENDUM (No Collect Calls) N6264517R0038 26-Apr-2017 b. TELEPHONE NUMBER 301-619-6914 8. OFFER DUE DATE/LOCAL TIME 09:00 AM 30 May 2017 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE AUTHORIZED FOR LOCAL REPRODUCTION PREVIOUS EDITION IS NOT USABLE STANDARD FORM 1449 (REV. 2/2012) Prescribed by GSA – FAR (48 CFR) 53.212 (TYPE OR PRINT) (SIGNATURE OF CONTRACTING OFFICER) ADDENDA ARE 26. TOTAL AWARD AMOUNT (For Gov t. Use Only ) 23. CODE 10. THIS ACQUISITION IS SUCH ADDRESS IN OFFER 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT BELOW IS CHECKED TELEPHONE NO. N62645 9. ISSUED BY 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK 7. FOR SOLICITATION INFORMATION CALL: a. NAME DEREK J. BELL 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER (TYPE OR PRINT) 30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA 0 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED. 25. ACCOUNTING AND APPROPRIATION DATA 1. REQUISITION NUMBER 20. ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED. PAGE 1 OF 34 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS ARE NOT ATTACHED 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 1 (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS: . YOUR OFFER ON SOLICITATION 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN % FOR: SET ASIDE: UNRESTRICTED OR X SMALL BUSINESS 17a.CONTRACTOR/ CODE FACILITY OFFEROR CODE NAVAL MEDICAL LOGISTICS COMMAND 693 NEIMAN STREET FORT DETRICK MD 21702-9239 18a. PAYMENT WILL BE MADE BY CODE RATED ORDER UNDER DPAS (15 CFR 700) 13a. THIS CONTRACT IS A 13b. RATING CODE 15. DELIVER TO CODE 16. ADMINISTERED BY SEE SCHEDULE 12. DISCOUNT TERMS 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 14. METHOD OF SOLICITATION RFQ IFB RFP X FAX: TEL: (301) 619-9180 SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS 8(A) HUBZONE SMALL BUSINESS SIZE STANDARD: 1,000 NAICS: 339112 X OFFER DATED 29. AWARD OF CONTRACT: REF. DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND EMAIL: TEL: 31c. DATE SIGNED SEE SCHEDULE SCHEDULE OF SUPPLIES/ SERVICES ITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT 24. 22. 21. 19. WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB
33
Embed
(TYPE OR PRINT) 31b. NAME OF CONTRACTING OFFICER TEL ...Government/ID... · a. name derek j. bell 2. contract no. 3. award/effective date 4. order number (type or print) 30b. name
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
SEE ADDENDUM
(No Collect Calls)
N6264517R0038 26-Apr-2017
b. TELEPHONE NUMBER
301-619-6914
8. OFFER DUE DATE/LOCAL TIME
09:00 AM 30 May 2017
5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE
STANDARD FORM 1449 (REV. 2/2012)
Prescribed by GSA – FAR (48 CFR) 53.212
(TYPE OR PRINT)
(SIGNATURE OF CONTRACTING OFFICER)
ADDENDA ARE
26. TOTAL AWARD AMOUNT (For Gov t. Use Only )
23.
CODE 10. THIS ACQUISITION IS
SUCH ADDRESS IN OFFER
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT
BELOW IS CHECKED
TELEPHONE NO.
N626459. ISSUED BY
18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a. UNLESS BLOCK
7. FOR SOLICITATION
INFORMATION CALL:
a. NAME
DEREK J. BELL
2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NUMBER
(TYPE OR PRINT)
30b. NAME AND TITLE OF SIGNER 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER
30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a.UNITED STATES OF AMERICA
027a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1. 52.212-4. FAR 52.212-3. 52.212-5 ARE ATTACHED.
25. ACCOUNTING AND APPROPRIATION DATA
1. REQUISITION NUMBER
20.
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED.
PAGE 1 OF 34
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, AND 30
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
ARE NOT ATTACHED
27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED
1
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE
SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
. YOUR OFFER ON SOLICITATION
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN
% FOR:SET ASIDE:UNRESTRICTED ORX
SMALL BUSINESS
17a.CONTRACTOR/ CODE FACILITY
OFFEROR CODE
NAVAL MEDICAL LOGISTICS COMMAND
693 NEIMAN STREET
FORT DETRICK MD 21702-9239
18a. PAYMENT WILL BE MADE BY CODE
RATED ORDER UNDER
DPAS (15 CFR 700)
13a. THIS CONTRACT IS A
13b. RATING
CODE15. DELIVER TO CODE 16. ADMINISTERED BY
SEE SCHEDULE
12. DISCOUNT TERMS11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE
14. METHOD OF SOLICITATION
RFQ IFB RFPX
FAX:
TEL: (301) 619-9180SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS
8(A)
HUBZONE SMALL
BUSINESS
SIZE STANDARD:
1,000
NAICS:
339112
XOFFER DATED
29. AWARD OF CONTRACT: REF.
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
EMAIL:
TEL:
31c. DATE SIGNED
SEE SCHEDULE
SCHEDULE OF SUPPLIES/ SERVICESITEM NO. QUANTITY UNIT UNIT PRICE AMOUNT
24.22.21.19.
WOMEN-OWNED SMALL BUSINESS (WOSB)
ELIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM
EDWOSB
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
(CONTINUED)
PAGE 2 OF34
ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______________________________________________________
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED
32b. SIGNATURE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32c. DATE 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE 32f . TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
37. CHECK NUMBER
FINALPARTIALCOMPLETE
36. PAYMENT35. AMOUNT VERIFIED
CORRECT FOR
34. VOUCHER NUMBER
FINAL
33. SHIP NUMBER
PARTIAL
38. S/R ACCOUNT NUMBER 39. S/R VOUCHER NUMBER 40. PAID BY
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER 41c. DATE
42a. RECEIVED BY (Print)
42b. RECEIVED AT (Location)
42c. DATE REC'D (YY/MM/DD) 42d. TOTAL CONTAINERS
STANDARD FORM 1449 (REV. 2/2012) BACK
Prescribed by GSA – FAR (48 CFR) 53.212
AUTHORIZED FOR LOCAL REPRODUCTION
PREVIOUS EDITION IS NOT USABLE
SEE SCHEDULE
20.
SCHEDULE OF SUPPLIES/ SERVICES
21.
QUANTITY UNIT
22. 23.
UNIT PRICE
24.
AMOUNT
19.
ITEM NO.
N6264517R0038
Page 3 of 33
Section SF 1449 - CONTINUATION SHEET
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 2 Each Centurion Vision System
FFP
Centurion Vision System, includes trade-in credit for Alcon Infiniti (Serial #s:
1102632401X, 0701824201X) PN:8065751763
FOB: Destination
MFR PART NR: 8065751763
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 8 Each UltraFlow II I/A Handpiece
FFP
PN: 8065751795
FOB: Destination
MFR PART NR: 8065751795
NET AMT
N6264517R0038
Page 4 of 33
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 8 Each Centurion Ozil HP
FFP
PN: 8065751761
FOB: Destination
MFR PART NR: 8065751761
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 1 Each Centurion Vision System
FFP
PN: 8065751763 Includes trade-in credit for Bausch & Lomb Stellaris Serial #:
SYS00493)
FOB: Destination
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0005 4 Each Operator Manual
FFP
FOB: Destination
MFR PART NR: 8065751763
NET AMT
CYBERSECURITY REQUIREMENTS
N6264517R0038
Page 5 of 33
Risk Management Framework (RMF)
The contractor shall comply with RMF requirements, as specified by the Defense Health Agency (DHA)
that meet appropriate DoD, DHA and Navy Cybersecurity requirements. The contractor shall initiate the
process by providing the required documentation necessary to submit their system to the Authorizing
Official (AO) for assessment and authorization (A&A) for all orders delivered against this contract. The
requirements shall be met before the contractor's system is authorized to access DoD data or to
interconnect with any DoD network or system that receives, processes, stores, displays or transmits DoD
data. The contractor shall ensure the proper contractor support staff is available to participate in all
phases of the RMF process. This includes, but is not limited to;
Attending and supporting RMF and A&A meetings with Navy and DHA cybersecurity representatives as
required.
Support/conduct vulnerability mitigation to comply with cybersecurity controls listed in National Institute
of Standards and Technology (NIST) Special Publication (SP) 800-53; Security and Privacy Controls for
Federal Information Systems and Organizations and DHA Administrative Instruction 77. In order for a
system to be authorized, there shall be zero Category 1 findings.
Support the A&A Team during system security testing.
Once the system has been authorized, the contractor shall maintain an acceptable security baseline
consistent with the authorization granted by the AO throughout the life of the system. This includes
ensuring that all vulnerabilities affecting the operating system, primary application, database and all third
party software have validated and applied within 30 days.
Cybersecurity
The vendor shall establish appropriate administrative and technical safeguards to protect any and all data,
to ensure the confidentiality, integrity, and availability of Government data under their control. At a
minimum, this shall include provisions for vendor personnel security and electronic security.
The proposed system shall be capable of supporting the use of Defense Information Systems Agency
(DISA) approved antimalware applications. The Navy uses McAfee Host Based Security System (HBSS)
as their solution. The vendor shall provide technical specifications that clearly demonstrate whether the
proposed solution can integrate and support, either fully or partially the operation without performance
degradation of the medical system/device. In cases where the operation of HBSS is not technically
achievable, the vendor shall provide detailed justification and a Plan of Actions and Milestones
(POA&M) describing steps towards compliance with this requirement.
The vendor must provide their Antivirus (AV) policy and a list of AV Exceptions (if applicable) to the
NMLC prior to AV installation on the system/device. AV must be installed on all devices before they are
placed on the Navy network.
Systems shall be configured in such a way to allow for the updating of malware definition signatures on a
scheduled basis. Scanning shall encompass the entire system (file system, operating system, real-time
processes), by default. In cases where scanning of the entire system may negatively affect its operation,
the vendor shall provide a detailed list of exclusions with justifications.
Vulnerability Management
N6264517R0038
Page 6 of 33
Vulnerability mitigation strategies include security updates, service packs, and changes to operating
procedures as physical and cyber vulnerabilities are detected. Operating systems, servers, development
platforms and the application being delivered to the Navy shall be in compliance with all known
applicable guidelines. The vendor shall agree to be proactive in working with the Navy to mitigate new
threats as they emerge.
All vendor validated and approved patches, up to and including the date of install, must be loaded on the
system prior to system go-live. Security scans will be run during government acceptance testing. All
Category I (CAT I) findings must be remediated prior to government acceptance of the system. A CAT I
vulnerability is any vulnerability, the exploitation of which will, directly and immediately result in loss of
Confidentiality, Availability, or Integrity. There shall be no more than 10 Category II (CAT II) findings
at the time of government acceptance. CAT II vulnerabilities are any vulnerability, the exploitation of
which has a potential to result in loss of Confidentiality, Availability, or Integrity.
Domain Name System Realm/Directory Services
Contractor will be required to provide technical evidence, if applicable, whether client/server topology
based medical systems can integrate with Directory Services and support LDAP authentication.
Local Privileged and Administrative User/Local System Accounts
Contractor shall create a single local user account with administrative/root level privileges for purposes of
conducting system repairs and maintenance only. This account shall be separate and distinct from the
built-in local administrative/root account provided by the Operating System and shall comply with DoD
policy. All factors required to complete successful identification, authentication and authorization against
the built-in local Administrative/Root level account shall be provided to the MTF Biomedical
Engineering Department.
Complete administrative system rights shall be provided to the government System Administrator for the
purpose of conducting device vulnerability scans as needed.
DHA Business to Business (B2B) Gateway. All contractor systems that will communicate with
DON systems will interconnect through the established DHA Business to Business (B2B) gateway.
Contractors will connect to the B2B gateway via a contractor procured Internet Service Provider (ISP)
connection and assume all responsibilities for establishing and maintaining their connectivity to the B2B
gateway. This will include acquiring and maintaining the circuit to the B2B gateway and acquiring a
Virtual Private Network (VPN) device compatible with the DHA VPN device. Maintenance and repair of
contractor procured VPN equipment shall be the responsibility of the contractor.
Contractors shall configure their network to support access to government systems (e.g., configure ports
and protocols for access).
Contractors shall provide full time connections to a TIER1 or TIER2 ISP. Dial-up ISP connections are
not acceptable.
Contractors will comply with DoD guidance regarding allowable ports, protocols and risk mitigation
strategies prior to accessing DoD/DHA networks. All contractors will be required to complete a DISA
Form 2875, System Authorization Access Request form (SAAR) and submit it to the Navy PACS Office
for processing. Contractor personnel will be required to complete applicable DoD cybersecurity training.
N6264517R0038
Page 7 of 33
IPv6
The proposed system shall be Internet Protocol version 6 (IPv6) capable or the vendor shall provide a
detailed project, migration or planning documentation to show when the proposed system shall be IPv6
capable.
Minimum IPv6 capabilities include:
Conformant with the IPv6 standards profile contained in the DoD IT Standards Registry
(DISR);
Maintaining interoperability in heterogeneous environments with IPv4;
Commitment to upgrade as the IPv6 standard evolves;
Availability of vendor IPv6 technical support.
The contractor shall be able to demonstrate or provide documentation to prove that their product is IPv6
capable
Health Insurance Portability and Accountability Act (HIPAA)
The contractor shall comply with the HIPAA Act of 1996 (Public Law 104-191) requirements,
specifically the administrative simplification provision s of the law and the associated rules and
regulations published by the Secretary, Health and Human Services (HHS). This includes the Standards
for Electronic Transactions, the Standards for Privacy of Individually Identifiable Health Information and
the Security Standards.
Applicable References:
DoD Instruction 8510.01, Risk Management Framework (RMF) for DoD Information Technology (IT)
NIST SP 800-37 Guide for Applying the Risk Management Framework to Federal Information Systems
of February 2010, as amended
NIST SP 800-53 Security and Privacy Controls for Federal Information Systems and Organizations, of 30
April 2013, as amended
DoD Instruction 500.01 of 14 March 2014, DoD Cybersecurity
DHA Administrative Instruction 77 of 28 May 2015
DoD Instruction 6025.18-R, DoD Health Information Privacy Regulation
DoD Instruction 8580.02, Security of Individually Identifiable Health Information in DoD Health Care
Programs
ESSENTIAL CHARACTERISTICS
The Naval Medical Logistics Command (NMLC) has a requirement for three (3) phacoemulsification
cataract extraction unit [17-596], two (2) for Naval Hospital Camp Pendleton and one (1) for Naval
Hospital Jacksonville Brand Name Only (BNO) to Alcon Laboratories, Inc. The units shall be capable
of performing phacoemulsification cataract surgery, including diathermy and anterior vitrectomy. The
units shall be capable of torsional phacoemulsification, such that energy generation is decreased and
thermal damage to the eye is lessened. The units shall allow for setting and maintaining a target
intraocular pressure. The units shall allow for continuous irrigation. The units shall feature peristaltic
pumps with a maximum vacuum pressure of at least 500 mmHg. The units shall be capable of operation
using a footswitch. The units shall allow for saving customizable surgeon-specific settings. The power
requirements are 100-240 VAC, 60 Hz. The vendor shall be responsible for providing operator training
and two (2) operator manuals.
N6264517R0038
Page 8 of 33
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 Food and Drug
Administration (FDA) regulations, with 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. The system shall be installed in compliance with OSHA requirements.
Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the
facility to the location of intended use for installation, and removing all trash created in this process. If
interim storage is required, the vendor shall make arrangements for the storage.
Specific Requirements for Naval Hospital Camp Pendleton
NMLC has a requirement for two (2) phacoemulsification cataract extraction units for Naval Hospital
Camp Pendleton. In addition to the above specified requirements, the units shall include eight (8) hand
pieces capable of torsional phacoemulsification. The unit shall also include eight (8) irrigation/aspiration
hand pieces. Though trade-in of the existing phacoemulsification cataract extraction unit is not required,
two (2) Alcon Infiniti units (Serial #s: 1102632401X, 0701824201X) are available for trade-in.
Specific Requirements for Naval Hospital Jacksonville
NMLC has a requirement for one (1) phacoemulsification cataract extraction unit for Naval Hospital
Jacksonville. In addition to the above specified requirements, the Bausch & Lomb Stellaris (Serial #:
SYS00493) is available for trade-in, though trade-in of the existing phacoemulsification cataract
extraction unit is not required.
CONTRACTOR SUPPORT
NOTICE: NAVY USE OF SUPPORT CONTRACTOR FOR CONTRACT CLOSEOUT FUNCTIONS
Naval Medical Logistics Command uses two private contractors in support of the contract closeout
process. Those companies are Contracting Resources Group (CRG) of Federal Hill, MD, doing business
under the authority of the Small Business Administration’s 8(a) program, and the Ability One Program,
doing business under the authority of the Javits-Wagner O’Day Act(41 U.S.C. § 47).
The contract closeout process includes activities such as processing deobligation modifications, obtaining
contractor and requiring activity concurrence, preparing the DD-Form 1594 (Contract Completion
Statement), and preparing closed files for archiving. Support contractors may perform additional
administrative duties, including filing and processing simple administrative modifications. Performing
these functions require the contractor employees to have access to the contract file. Therefore,
information you provide to the Government or information already in the possession of the Government
may be viewed by these support contractors in the course of performing contract close-out functions. The
information that may be made available to the contractor may include pricing and technical proposals and
performance information.
N6264517R0038
Page 9 of 33
Naval Medical Logistics Command has signed Non-Disclosure Agreements with each support contractor
employee and has required both contractors to provide a Conflict of interest Mitigation Plan to ensure
these employees are firewalled from all business development activity.
By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to
access of their business sensitive/confidential or proprietary data by the Government’s support contractor
personnel in order to perform close out services.
ADMINISTRATIVE INFORMATION
The point of contact for administrative concerns for this order at Naval Medical Logistics Command, 693
Neiman Street, Fort Detrick, MD 21702 is Derek Bell, 301-619-6914, [email protected].
INSTRUCTIONS TO OFFERORS
This section specifies the format and content that Offerors shall use in this Request for Proposal (RFP). Offerors
shall submit a proposal that is legible and comprehensive enough to provide the basis for a sound evaluation by
the Government. Any proposal which does not provide, as a minimum, that which is required in the solicitation
may be determined to be substantially incomplete and not warrant any further consideration.
Proposals shall be submitted by email only as an MS Word or Adobe PDF attachment to Derek Bell at
[email protected]. Proposals are due by 9:00 am local time on 30 May 2017.
Any questions must be addressed to [email protected] by email only no later than 9:00 am local time on
03 May 2017. No phone calls accepted.
All Offerors shall provide the following company details on its cover page:
Complete company name and address
Company Point of Contact (POC)
Email
Phone Number
Cage Code
DUNS number
Place of Manufacture
Technical
Offerors shall submit a proposal including all necessary documentation demonstrating that its solution
meets all of the requirements within the Statement of Requirements. The Offeror shall include
information to enable evaluation of the proposed solicitation and its conformance to the specified brand
name only product by part number, manufacturer, and description. If marketing brochures are
submitted, please ensure that it denotes exactly how all Statement of Requirements are met; otherwise,
provide the supplemental information within the technical approach of the proposal. Offerors shall
submit sufficient documentation to allow for an evaluation of the Technical Approach and its abilities to
meet the Statement of Requirements.
Offerors shall complete the Medical Device Risk Assessment (MDRA) Questionnaire (C&A
Questionnaire form) by following the instructions within the document at
http://www.med.navy.mil/sites/nmlc/Pages/DBU-RFP.aspx (bottom of page).
The total number of pages submitted for technical shall not exceed twenty (20) pages, excluding a
cover letter and MDRA Questionnaire. If technical contains more than twenty (20) pages, only the