Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

65 -- Spinal Immobilization Evacuation Program

Notice Date
8/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
RFI_20080822SIEP
 
Point of Contact
Robert G Martinez,, Phone: 210-536-2265, Eugene Ferguson,, Phone: 210-536-6320
 
E-Mail Address
robert.g.martinez@brooks.af.mil, eugene.ferguson@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information (RFI), your response will be treated as information only. It shall not be used as a proposal. This request is issued solely for information and planning purposes. If a solicitation is released it will be synopsized in FedBizOpps. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Response to this RFI is strictly voluntary and will not affect the offeror's ability to submit a proposal if a solicitation is released. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any requests for a solicitation package will be disregarded. Respondents are solely responsible for all expenses associated with responding to this RFI and responses to this RFI will not be returned. The 77th Aeronautical Systems Group at Brooks City-Base, TX is seeking information from sources that are capable of providing a Commercial Off the Shelf (COTS) or Prototype spinal immobilization device with the capability to immobilize the cervical, lumbar, and thoracic regions during Aeromedical Evacuation (AE). The technology must accommodate the needs of today's small and specialized medical teams transporting patients on military AE missions. The characteristics of the spinal immobilization device have been divided into two sub groups, "Key Performance Parameters" and "Desired Performance Parameters". Each of the "Desired Performance Parameters" is listed in order of priority. It is requested that a Rough Order of Magnitude (ROM) of cost be provided for each of the Key Performance Parameters, while an additional ROM is requested for each "Desired Performance Parameters" as listed below. Key Performance Parameters: 1. Spinal immobilization of cervical, lumbar, and thoracic region. 2. Air-worthy for use on AE aircraft. Must be capable of passing airworthiness testing. 3. Fits on standard North Atlantic Treaty Organization (NATO) litter and attached with standard litter straps. 4. Safe for patient use and must be FDA approved. Desired Performance Parameters: 1. Transportable via most fixed wing AE aircraft (C-17, C-21, C-27, KC-10, KC-135, C-130, C-Boeing 767 Civil Air Fleet) 2. Man-portable to enable CCAT & AE teams to safely transport spinal injuries using 2-4 person carry. 3. Permit access for medical treatment and airway control. 4. Support loaded weight of 300 pounds or greater. 5. Reusable in operational environments with a product lifespan of 10 years or greater. 6. Smallest and lightest device capable of performing task that will fit on commonly used AE fixed wing aircraft. 7. Permit prone and supine transport as well as access to back-wounds/op-sites. 8. In -flight immobilization for unstable thoracic and lumbar spine injury (burst fracture; flexion distraction injury). 9. Provide spinal immobilization for patients with unstable cervical spine injury being treated with Halo vest or C-collar for immobilization. 10. Transport casualty with mechanically unstable spinal column/intact neurological status without loss of neurological function. 11. Manufactured with a plan that describes how FDA approval will be achieved and utilize current Good Management Practices (cGMP) and Quality Management Systems (QMS). 12. Constructed with a frame and component parts durable for transport. 13. If stand-alone carrier, must accommodate AE approved med pumps, vital signs monitor, and oxygen. 14. Provide initial training for medical personnel (flight nurses, medical technicians, flight physicians, standard AE personnel) 15. Device requires minimal special training to operate and does not require more than 2 operators wearing crew gloves (AE/ ground medical crew) to accomplish patient securing and normal patient care activities. 16. If solution is vacuum splint device, it must have the ability to be suctioned manually by pump as well as by mechanical device. 17. If solution is vacuum splint device, it must have the ability to be repaired if punctured. 18. Compatible with standard Over Sized Litter (OSL) 19. Ability to transport patients without increasing risk of skin breakdown and adequate padding for skin/soft tissue support. 20. Permit patient positioning to reduce the risk of ventilator associated pneumonia (VAP). 21. Collapsible to minimize size for storage and transport. 22. Multi-use transport box/crate that protects equipment during transport/storage. 23. Allow for continued patient use without causing pressure ulcers for a period of 10 hours or greater. 24. Compatible with Special Medical Emergency Evacuation Device (SMEED) 25. Transportable via DoD and civilian rear-loading ambulance and ambulance buses. 26. Vendor provided user training and operating materials. 27. Transportable via most commonly used military rotary wing aircraft (UH-60A, CH-46). 28. Modular device that is capable of being utilized by different sized patients in different ways depending on need. The device must accommodate average sized (50-110 kilogram) adult patients. 29. System to turn patients while they are immobilized on the litter. Ability to change patient position thus changing pressure points. 30. Easily cleaned with adherence to infection control standards (std). 31. Provide warming capability. If warming capability is included with immobilization capability, mattress must be able to operate and recharge on both alternating current (AC) and direct current (DC) power sources (any US Military electrical power source), to included 12 and 28 volt direct current (DC) from ground vehicles and C-130 source, 400MHz capability, 110/220), as well as battery powered. This RFI also seeks to obtain information regarding the following: A. What is the estimated delivery lead time? B. How much time is needed to fully develop and produce the spinal immobilization device? C. What are the technical risks associated with developing a spinal immobilization device? D. What is the standard warranty period? E. What does the standard warranty cover? F. What certifications has the device received or that are being sought? G. Is operator training included in purchase price? If not, what is the cost for training? H. What is the periodic maintenance schedule? I. Is maintenance training included in purchase price? If not, what is the cost for training? J. Is it industry practice to provide any associated support / test equipment with purchase of a spinal immobilization device? If not, is there any support / test equipment required? K. What are the most common spare parts that should be kept on hand? L. Is it industry practice to include an initial spare parts kit with purchase price? M. Are the spinal immobilization products offered by your firm compliant with the Berry Amendment? N. What is your business size? If you are a Small business, do you qualify under any of the sub-categories (8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, HUBZone small business, service disabled veteran-owned small business, and HBCU/MI)? O. If you are a small business, would you consider submitting a proposal as a prime contractor? In what socio-economic programs do you now participate (e.g. Mentor Protégé, Indian Incentive, etc.)? What is the extent of your participation in these programs? P. Is it your intent to participate in this acquisition with other firms as teaming members or joint ventures? What other teaming opportunities do you see for this acquisition? Q. If you are a large business, do you foresee any small business subcontracting opportunities in this acquisition? If so, how are small business firms resourced? R. If you are a large business, feedback is required on small business goals; please provide your thoughts on whether the following subcontracting goals, calculated on the basis of total subcontracting dollars, would be realistic: Small Business 28% (Total awarded or obligated dollars) Small Disadvantage Business 5% Woman Owned Small Business 5% HUBZone Small Business 3% Service Disabled Veteran Owned Small Business 3% Veteran Owned Small Business 3% --------------------------------------------------------------------------------------------------------------- RFI Responses: Mailed RFI responses should be directed to: 77 AESG/PSK, Attn: William Keihl, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119. Electronic responses (.doc or.pdf format) or technical questions can be emailed to robert.g.martinez@brooks.af.mil, and copy eugene.ferguson@brooks.af.mil, william.keihl@brooks.af.mil. Annotate on the subject line of the emailed response as "Spinal Immobilization RFI Response". RFI responses are due no later than August 27, 2008 (12:00 NOON CST). If a particular question or part of this RFI will delay your response or prevent you from responding, please contact Mr. Keihl via email indicating what part is requiring additional time, so that arrangements can be made. Telephonic responses will not be accepted. Responses should also include the following: name and address of firm, ownership; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. However, the Government reserves the right to select one, some, or none of the submissions for further investigation. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Patents, license agreements, independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding the outcome of this RFI.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1a7d55b6a49c17a0db815d0cf1bf5404&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Office, Aeronautical Systems Group/PSK, 7980 Lindbergh Landing, (280H), Brooks-City Base, San Antonio, TX 78235-5119, Brooks-City Base, San Antonio, Texas, 78235-5119, United States
Zip Code: 78235-5119
 
Record
SN01649131-W 20080824/080822223633-1a7d55b6a49c17a0db815d0cf1bf5404 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.