Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2021 SAM #7057
SOLICITATION NOTICE

65 -- Targeted Temperature Management System at Naval Medical Center San Diego (NMCSD)

Notice Date
3/24/2021 3:45:04 PM
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
N0025921R0001
 
Response Due
3/29/2021 7:30:00 AM
 
Archive Date
04/13/2021
 
Point of Contact
Deborah Young, Kristen M Devereaux
 
E-Mail Address
deborah.young3.civ@mail.mil, kristen.m.devereaux.mil@mail.mil
(deborah.young3.civ@mail.mil, kristen.m.devereaux.mil@mail.mil)
 
Description
Request for Information Supplies/Services Targeted Temperature Management System at Naval Medical Center San Diego (NMCSD) THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal, a Request for Quotation, or an indication the Government will contract for the items contained in this announcement. This Request for Information (RFI) is a request for interested parties to describe their product, technical capabilities, delivery as well as demonstrated tools and processes.� All information received in response to this RFI marked Proprietary will be handled accordingly. Whatever information is provided in response to this RFI will be used to assess all aspects of this particular requirement including tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. DISCLAIMER This RFI is issued solely for informational and planning purposes and is not to be construed as a solicitation or a commitment on the part of the Government to award a contract.� The Government does not intend to award a contract on the basis of this RFI.� The Government does not intent to pay for any information submitted as a result of this request, and will not reimburse any costs associated with the preparation of responses to this RFI. Responders are solely responsible for all expenses associated with responding to this RFI. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI will not be returned and Respondents will not be notified of the result of the review. BACKGROUND TTM in today's modern era, especially in intensive care units represents a promising multifaceted therapy for a variety of conditions. TTM is described as induced hypothermia, holding the body temperature between 32-34�C. There have been multiple advancements in this field and varieties of cooling devices are available at present. TTM is a unique therapeutic treatment for salvaging neurological tissue viability in critically ill patients. Temperature management helps control heart rate, cardiac output, systemic vascular resistance, blood pressure, central venous pressure, and electrocardiographic changes. This therapy is a standard of care for post-cardiac arrest, traumatic brain injury (TBI), meningitis, acute liver failure and stroke. INTRODUCTION The Naval Medical Center San Diego (NMCSD) Critical Care Nursing is tasked with conducting product market research and hereby issue this Request for Information (RFI) to determine the existing market capability of businesses that are able to provide the requested equipment, TTM system, to be used by Hospital Staff in the Intensive Care Unit. Using Government provided space, a select number of potential vendors will be invited to provide product demonstrations at NMCSD � dates to be determined - including question and answer sessions with hospital staff members. Respondents should identify their product capabilities that would help fulfill the currently specified requirements. The Government intends to review all proposed suggestions. All interested, capable, and responsible businesses are encouraged to submit a response to this notice per the specified instructions below. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted in a solicitation for competitive bids.� The description below outlines preliminary requirements for a TTM system. REQUIREMENTS The Government requests that the contractor or contractors provide a TTM system with the following minimum characteristics: 1)����������� On-screen troubleshooting 2)����������� Customizable Protocols 3)����������� Continuous live data output 4)����������� Patient safety alarms 5)����������� Temperature control range of 32-38.5 �C 6)����������� Temperature feedback loop 7)����������� Patient temperature probe connection 8)����������� Portable Module 9)����������� 3.5 L capacity NOTE: This RFI is only soliciting information on Targeted temperature management (TTM) that are able to meet the above requirements. All questions regarding this RFI shall be submitted by email to the Contract Specialist Questions must be received by 0800 16-March 2021 HOW TO RESPOND Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities and how the product meets or exceeds each of the above requirements. Vendors with a General Services Administration (GSA) schedule should provide the contract number of that schedule and the expiration date as well as product North American Industry Classification System (NAICS) codes.� All items should be clearly identified if they are scheduled items or open market items. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Deborah Young Deborah.young3.civ@mail.mil���
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/74fbb2a4d1924d5bac76e389c0f6154c/view)
 
Place of Performance
Address: San Diego, CA 92134, USA
Zip Code: 92134
Country: USA
 
Record
SN05952509-F 20210326/210324230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.