DOCUMENT
99 -- Request for Information (RFI) for Guardian Angel Integrated Oxygen System (GAIOS) - Request for Information (RFI)
- Notice Date
- 2/2/2009
- Notice Type
- Request for Information (RFI)
- NAICS
- 332431
— Metal Can Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-09-R-____
- Archive Date
- 3/4/2009
- Point of Contact
- Nancy G. Leggett,, Phone: (937) 255-1696, Andrew Glass,, Phone: 937-522-4552
- E-Mail Address
-
nancy.leggett@wpafb.af.mil, Andrew.Glass@wpafb.af.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for the Guardian Angel Integrated Oxygen System (GAIOS) 1. The Aeronautical Systems Center (ASC) is soliciting information to identify possible sources to provide a single integrated system for high altitude jumps and climbing/rescue operations, and patient medical oxygen systems. This integrated system will share the same configuration to provide a larger use capacity, increase oxygen supply time, and have multiple uses and deployment capabilities. The GA Integrated Oxygen System (GAIOS) shall be a modular family of systems (FoS) that will include a Mounted Medical Oxygen System (M-MOS), a Dismounted Medical and Supplemental Oxygen System (D-MOS) and a Liquid Oxygen (LOX) generator system. The M-MOS will be employed on board aircraft and vehicles to provide medical oxygen during extended transload operations. The D-MOS will be backpacked by one operator to provide medical oxygen treatment to injured personnel, provide supplemental oxygen to operator during dismounted operations above 10,000 ft, and provide supplemental oxygen during high altitude parachute operations. 2. Please provide relevant information on training, logistics support and warranties. This Request for Information (RFI) is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. 3. Respondents to this RFI should describe their ability to meet and/or exceed the following requirements: (T) = Threshold, (O) = Objective Mounted Medical Oxygen System (M-MOS) Requirements: a. Provide 93% oxygen concentration (T). 99.5% oxygen concentration (O). b. Provide medical grade oxygen for 4 hours (T). 8 hours (O). c. Not exceed 1800 cu inches in size (T). 1500 cu inches (O). d. Weigh 40 lbs or less (T) 30 lbs or less (O). e. M-MOS shall be FDA approved (T). f. Retain 70% of its max oxygen capacity for minimum of 24 hours w/o refill (T). Retain 100% of its max oxygen capacity (O). g. Able to treat one (1) patient (T). Two (2) patients simultaneously (O). h. Able to operate up to 14,000 MSL (T). i. Active visual alarm to notify operator of system malfunctions, low oxygen, and reduced oxygen concentration (T). j. Adjustable patient medical masks capable of providing a seal for the 5th to 95th percentile of adults. Masks shall be compatible with BVM, collapsible BVM, and commercially available adjuncts (T). k. A depleted system shall be able to be reconstituted in 15 minutes or less when using an oxygen system jammer (T). 10 minutes or less (O). l. Provide two (2) attachment points rated to 500 lbs to secure in airframe (T). m. System refilling connections shall be compatible with Haskel pump (T). Dismounted Medical & Supplemental Oxygen System (D-MOS) Requirements: a. Not weigh more than 15 lbs (T). 10 lbs or less (O). b. Able to supply oxygen for 2 hours at 93% concentration (T). 4 hours at 93% concentration (O). c. Provide 93% oxygen concentration (T). 99.5% oxygen concentration (O). d. Capable of dialing oxygen concentration from 93%-24% (T). 99.5%-24% (O) e. Adjustable patient medical masks capable of providing a seal for the 5th to 95th percentile of adults. Masks shall be compatible with collapsible BVM, universal BVM and commercially available adjuncts (T). f. High Altitude Configuration of the D-MOS shall be compatible with nasal cannula in addition to masks (T). g. Operate up to 30,000' SL (feet) (T). 35,000MSL (feet) (O). h. Compatible with current parachute harness and able to operate in freefall and withstand parachute opening shock loads (T). i. Integrated parachutist mask (T). Shall be compatible with existing parachutist mask (O). j. Parachutist mask hose assembly shall be rugged and not impair parachute operations (T). k. Parachutist mask hose shall be capable of being routed in a manner that will not impede parachutist emergency procedures (T). l. Parachutist mask shall not impair jumper's vision (T). m. Parachutist mask shall provide on demand oxygen (T). n. Mask/Hose assembly shall be able to connect to current parachutist pre-breathing console same as the PHANTOM system (T). o. Parachutist mask attachment points shall be compatible with Gentex PM HALO, MICH, and Protec helmets (T). p. Parachutist mask shall have quick connect/disconnect to system (T). q. Parachutist mask/hose shall be capable of operating from aircraft oxygen connections (T). r. Parachutist mask shall have communications capability and commonality/interoperability with aircraft communication systems (T). Liquid Oxygen Generator System (LOX) Requirements: a. Generate minimum of one (1) liter per hour (T). b. Storage capacity of 10 liters of LOX (T). 30 liters (O) c. Not exceed L4' X W4' X H4' in size and 400lbs in weight (T). Not exceed L2' X W2' X H2' and 200 lbs (O). d. Capability to fill high pressure oxygen cylinders (T). e. Compatible with common commercially readily available power sources (T). f. Transportable by forklift (T). System shall have wheels and be transportable by two personnel (O). g. Capable of filtering contaminated air (dust, dirt, exhaust) (T). h. Provide a detached multi-fuel (gasoline/JP8/diesel) power generator (T). System Level Requirements for components M-MOS & D-MOS: a. Removable level IV armor (protect hazardous components from high velocity projectiles) or equivalent around potential hazardous parts (T). b. Able to operate while being transported in helicopter and fixed wing aircraft (T). c. Able to withstand a drop equivalent to a one (1) meter shock load (T). GAIOS System Level Requirements a. Batteries shall be standard commercially available worldwide. Battery life shall sustain system for no less than 24 hours (T). No less than 72 hours (O). b. System shall operate in 0 to 120 degrees Fahrenheit (T). -40 to 130 degrees Fahrenheit (O). c. System shall operate while exposed to heavy rain/snow and ocean spray (T). d. System shall be capable of withstanding bacterial, viral, and chemical disinfection with standard hospital disinfection supplies (T). e. System shall be rugged (according to MILSPEC 810F) f. All external system surfaces shall be of subdued color (T). g. All system components requiring inspection will be no less than 180 day cycle (T). h. Hydrostatic testing shall be on no less than a 5 year cycle (T). i. Accessories and special purpose tools required for unit level maintenance will be provided (T). j. System sensors shall have no less than one (1) year calibration cycle. System shall be able to be calibrated by Air Force personnel.(T). k. A minimum ten (10) year service-life (T). Fifteen (15) year service life (O). l. Field upgradable with newly developed system components (T). 3. Two (2) paper copies should be submitted to the program office as outlined in paragraph 4 below. Paper copies shall be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and, in close proximity to this type of information, on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 4. Responses shall be received no later than 13 February 2009. Paper/e-mail submittals should be sent to 670 AESS/SYKA, Attn: Nancy Leggett, (Com: 937-255-1696, e-mail: Nancy.Leggett@wpafb.af.mil), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Mr. David Kershner, (Com: 937-255-9920, e-mail: david.kershner@wpafb.af.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1ddd7cbd68e2447d65d5d2b161878086&tab=core&_cview=1)
- Document(s)
- Request for Information (RFI)
- File Name: Request for Information (RFI) for GAIOS (GAIOS RFI.pdf)
- Link: https://www.fbo.gov//utils/view?id=a5cda99507ab13523eac334f1ed82fd1
- Bytes: 18.45 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Request for Information (RFI) for GAIOS (GAIOS RFI.pdf)
- Place of Performance
- Address: 1895 5th Street, Wright-Patterson AFB, Ohio, 45433-7233, United States
- Zip Code: 45433-7233
- Zip Code: 45433-7233
- Record
- SN01742648-W 20090204/090202220028-1ddd7cbd68e2447d65d5d2b161878086 (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 |