Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

A -- Lease & Operation of Hyperbaric Chambers for the DCoE for Psychological Health and Traumatic Brain Injury

Notice Date
7/6/2009
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY09R0047
 
Response Due
7/16/2009
 
Archive Date
9/14/2009
 
Point of Contact
Thomas Bouchard, (508) 233-4026<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(thomas.bouchard@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Army RDECOM Contracting Center, Natick Contracting Division, Natick, MA on behalf of the DoD Centers of Excellence (DCoE) for Psychological Health and Traumatic Brain Injury (TBI) has a requirement for leasing and operation of hyperbaric oxygenation chambers. The DCoE is sponsoring a Randomized Clinical Trial to evaluate the safety and efficacy of hyperbaric oxygen for the treatment of Wounded Warriors who have chronic mild-to-moderate TBI. Study subjects will undergo either a series of 40 hyperbaric oxygen exposures at 1.5 atmospheres absolute (atm abs) or 40 sham exposures of room air at 1.2 atm abs over an 8 to 10 week period. Since the brain-injured subjects recruited for this clinical trial are assigned to several military installations in the continental United States, and because being away from their support structure is not ideal, mobile/portable hyperbaric chambers and chamber support staff will be placed at selected military bases where these affected Service members reside. Mobile study sites may include Camp Pendleton, CA, Camp Lejeune, NC, Fort Carson, CO, and Fort Hood, TX. Anticipated period of performance is 12 to 24 months. For multiplace chambers that can accommodate six subjects plus an inside attendant, four separate compressions will be planned each day at each study site. Smaller multiplace chambers may be considered, but more than one chamber per site will be necessary to accommodate the necessary daily use. If monoplace chambers are used, each site would need to have at least six monoplace chambers. A combination of monoplace or multiplace chambers is acceptable, either by site, or across the four-site study network, so long as the daily capacity requirements are met. Each chamber must be housed in a mobile system, such as a trailer or other mobile structure that accommodates both the processes and the patients. Air and oxygen must be supplied at the chambers, and cannot be obtained from the nearby medical facilities. All chambers must satisfy the appropriate codes (ASME PVHO; and NFPA). Appropriate contractor staff must be provided to operate the chambers, with the demands outlined above. All chamber staff and inside attendants must be Certified Hyperbaric Technologists (CHTs) with current competency and CHT certification. Certified hyperbaric registered nurses (CHRN) would also be acceptable staff. The Government may consider the effort for the equipment and for the personnel to be two separate contracts. This effort is a program under the Office of the Assistant Secretary of Defense for Health Affairs. The number of awards will be consistent with the agencys budget and the number of anticipated contracts. A Firm Fixed Price contract is anticipated. The government anticipates a one-year base period, with a one year option. The estimated start date is September 2009. This is a 100% small business set aside. The small business size standard for this procurement is a firm having as their average monthly number of employees over the last 12 months less than 500 employees. The government anticipates the solicitation document will be released on or about July 09, 2009. The above noted Response Date is the date the government anticipates offers will be due. Questions concerning this notice should be addressed to Mr. Thomas Bouchard at thomas.bouchard@us.army.mil. Phone calls are not allowed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY09R0047/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01866579-W 20090708/090707000619-e1601cf853b45bd64b183364170784d5 (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.