Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOURCES SOUGHT

A -- Medical Evacuation During Sustained Acceleration (MEDUSA)

Notice Date
5/16/2024 9:55:39 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-24-RFI-MEDUSA
 
Response Due
5/20/2024 9:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Tammy McRae, Phone: 301-619-3771
 
E-Mail Address
tammy.n.mcrae.civ@health.mil
(tammy.n.mcrae.civ@health.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USAF 59 MDW/ST has a requirement for research and development services. This research study is titled �Medical Evacuation During Sustained Acceleration� (MEDUSA). The DOD is actively considering rapid movement of supplies and personnel using vertical takeoff and vertical landing (VTVL) reusable spacecraft for global point-to-point transit. The physiologic and environmental repercussions of this environment on DOD personnel and AE equipment remain unexplored, which may have significant implications for mission capability. It is critical that impacts of sustained acceleration on critical care equipment and pathology be better understood so that rapid commercial aerospace engineering advancements do not outpace medical capability in these environments, leading to fatal, mission-ending outcomes. It is anticipated that this research will be foundational to DoD capability to use vertical take-off and vertical landing commercial spacecraft for the movement of ill or injured patients. The main objective of this study is to: Determine the impacts of sustained acceleration on the hemodynamics on a swine model of critical care medical evacuation. Simulate flight conditions required by the research protocol. Use a large centrifuge rated for animal research and capable of supporting advanced animal research. This RFI is issued for informational and planning purposes only.� Contact with Government personnel, other than those specified in the RFI, by potential vendors or their employee�s regarding this requirement is not permitted.� This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used within USAMRAA to facilitate decision making and will not be disclosed outside of USAMRAA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. If the information provided contains propriety information, such information must be identified with appropriate disclaimers. North American Industry Classification System (NAICS) Code: The NAICS code for this potential action is: 541380 � Testing laboratory Services Includes testing laboratory services and veterinary, natural, and life sciences. Response Due Date: Interested parties should submit their RFI response electronically by 12:00 pm Eastern on 20 May 2024 via e-mail to Ms. Tammy McRae at tammy.n.mcrae.civ@health.mil. Instructions to Responders: The Government appreciates responses from all capable and qualified sources. The Government welcomes input and will accept questions pertaining to this RFI; however, the Government reserves the right to answer or not answer all questions pertaining to this RFI. Only one set of questions per vendor will be accepted. Telephone requests will not be entertained. The subject header of the e-mail for submission of questions and/or the RFI response shall be: HT9425-24-RFI-MEDUSA. Interested firms should submit a response (Capability Statement) that demonstrates the Offeror�s capabilities identified in this RFI. The Capability Statement shall not exceed five (5) typed pages; additional sheets for cover page, table of contents, tables, and charts will not be counted toward page limitation. Please provide the information below when responding to this Sources Sought / RFI: RFI Number Company Name Company Address Point of Contact Phone Number E-mail Address Tax Identification Number (TIN) Cage Code DUNS Company Web Page Company Location(s) Company is / is not a Small Business Company is / is not SAM Registered Other Classifications (e.g., 8(a), HubZone, Woman-Owned, Veteran-Owned, Service-Disabled Veteran-Owned) If 8(a), date that the company graduates from the program Disclaimer and Important Notes:� In accordance with Federal Acquisition Regulation (FAR) 15.201, ""Exchange with industry before receipt of proposals,"" and FAR 52.215-3, ""Request for information (RFI) or Solicitation for Planning Purposes (SFP),"" this RFI is for information and planning purposes only, at this time, and shall not be construed as a solicitation or obligation on the part of the 59MDW/ST. The purpose of this RFI notice is to gain market knowledge. This RFI is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is not obliged to award a contract or otherwise pay for the information provided in the responses received. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its responses are complete and sufficiently detailed to allow the Government to determine the organization's solution. Responders are advised that the Government is under no obligation to acknowledge receipt of the information received, or to provide feedback to respondents regarding any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov.� Currently, no solicitation exists; therefore, please do not request a copy of the solicitation. NO PHONE CALLS PLEASE. It is the responsibility of any potential vendor to monitor SAM.gov for the release of any solicitation or synopsis. Responses to this notice will not be considered adequate responses to a solicitation. Confidentiality:� No proprietary, classified, confidential, or sensitive information should be included in submitted responses. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Original Point of Contact (POC): Tammy McRae, tammy.n.mcrae.civ@health.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/711d814d72af45dd8177339f3b46276e/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN07067631-F 20240518/240516230057 (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.