|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1995 PSA#1476HSC/PKRH, 7909 Lindbergh Dr., Brooks AFB TX 78235-5352 A -- FIELD HOSPITAL MEDICAL EQUIPMENT POC Annette Henderson, Contract
Negotiator, (210) 536-5773. This is not a notice of solicitation. The
Human Systems Center(HSC) at Brooks AFB is seeking information on
commercial capabilities of medical equipment, technologies or systems
support for the Air Force Medical Mission to address the following
deficiency: Size, weight, modularity, and survivability characteristics
of air transportable medical assemblages constrain flexibility of
deployment and employment. Background-Currently, assemblages, defined
as tents, support equipment and medical equipment/supplies, required
for world wide deployable medical operations, impose weight and size
constraints during deployment and employment. Assemblages are needed
that employ miniaturized technology, disposable and less expensive
components. It should have maximum compatibility with equipment used
during peace time. Equipment that would potentially be moved with the
patients must be portable, compact, battery operated (preferred) and
compatible with use in aircraft. Specific mission equipment
deficiencies include: (1) Mobile, modular trailer mounted tentage with
integrated environmental control unit (blower, air conditioner/heater)
and power; (2) Diagnostic equipment capability for on-ground or
in-flight casualty care since current equipment lacks full diagnostic
capabilities, i.e., therapeutic levels for ground and in-flight
casualty care; (3) Current anesthesia equipment is bulky, heavy, lacks
flexibility and capability for field use; (4) Current x-ray equipment
is too bulky, heavy, lacks flexibility and convenience for field use
(Modernized x-ray equipment is needed for both portable and fixed
applications); (5) Field sterilizer units are required with reduced
size and weight, yet capacity to serve central sterile supply,
laboratory, dental services and bioenvironmental engineering; (6)
Equipment capable of generating intravenous solutions onsite from
potable water in sufficient quantity to meet the requirements of a
major regional conflict; (7) Roll-on, Roll-off casualty/patient
movement module with a synthetic environment eliminating detrimental
effects upon good medical care caused by environmental factors such as
noise, temperature and air composition; (8) light weight litters
instrumented with modular connections for montoring equipment, oxygen
and IV systems; (9) equipment necessary to enplane/deplane patients off
of Civil Reserve Air Fleet (CRAF) aircraft (Boeing 767) to
replace/supplement the 40/60 K-loaders currently used; and (10) light
weight modular shelter system to house deployed medical operations.
Only responses for commercially available equipment should be
submitted. If these items were to be procured by the Air Force at a
future date, no development funding is expected to be required. The
only funding that would be available for equipment acquisition would be
for field testing to ensure reliability, maintainability, ruggedness
(vibration, drop, etc.), and environmental (heat, cold, humidity, etc.)
constraints are met and for minor modifications to bring equipment into
compliance with those requirements. Submissions should identify how the
equipment is capable of solving or partially solving any of the above
identified deficiencies. Responses should include: (1) any cost data
available for the equipment including unit, maintenance and operational
and life cycle, either projected or actual; (2) results of all testing
that has been accomplished to date and any planned future testing
along with a schedule to include expected/actual
performance/capability, reliability and maintainability; (3) current
production rates of the equipment and approximate delivery schedules;
(4) logistics concepts for repairing and maintaining the equipment to
include spares, special maintenance tools, technical training and
technician expertise; (5) technical specifications that include all
performance capabilities and required interfaces, i.e., power,
envirionmental, etc.; (6) manufacturing standards of the company, i.e.,
ISO 9000; (7) company data (number of employees, sales, other products,
years in business, etc.); (8) current users of the equipment, both
military and civilian, incuding their addresses and points of contact;
and (9) special operator training/qualification requirements.
Information and Specification, shall be submitted to HSC/XRS, Attn: Dr.
John Romo, 2510 Kennedy Circle, Suite 220, Brooks AFB TX 78235, within
30 days of publication of this notice. This is not a request for
proposal, and in no way commits the Government to an award of contract.
Reimburement of any cost regarding the preparation of information,
proposals or bids will not be made. Technical questions may be directed
to Dr. John Romo, HS/XRS, (210) 536-4458. (0325) Loren Data Corp. http://www.ld.com (SYN# 0003 19951122\A-0003.SOL)
A - Research and Development Index Page
|
|