SOURCES SOUGHT
16 -- Aeromedical Evacuation Patient Isolation Unit (PIU)
- Notice Date
- 11/9/2004
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
- ZIP Code
- 78235-5123
- Solicitation Number
- Reference-Number-PIU2004
- Response Due
- 12/3/2004
- Description
- SUBJECT: Request for Information (RFI) for Patient Isolation Units for Aeromedical Evacuation The Air Force 311th Human Systems Wing is seeking information from sources that are capable of providing a device that can be used to transport patients who are infectious or whose immune systems are compromised. The device must be able to be used within the aeromedical evacuation system. The instrument should have as a minimum the following capabilities: (Responders should supply supporting information.) Must fit on a NATO-standard litter. Must fit in military ground transport ambulances. Must be manportable. Prevent the passage of infectious biological organisms such as bacteria and viruses. Must be able to provide either positive or negative pressure and filter air entering or leaving the unit. Must be able to pass food, water, medications, IV fluids, etc. from the outside of the unit to the inside. Must have a way for caregivers to communicate with and access the patient from outside the unit. Must be compatible with medical equipment to monitor patients. Additionally the following information is required: Provide a complete product description to include capabilities at a minimum. Plan for storage/disposal of bodily wastes. Certifications the device has received or that are being sought (e.g., FDA approval, airworthiness). Issues associated with disposal/disinfection and one-time use vs. multiple uses. Storage considerations (e.g., maximum and minimum storage temperatures. Limitations on height and weight of patients. Power required and sources. Estimated delivery time from award of contract. Provide current points of contact for any government contracts you have had for similar items. Provide any information regarding the length of warranty and what is covered. Provide limitations on seller?s liability. Provide a description of quality assurance provided in production. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal (RFP), Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. For submissions to be considered, developers/sponsors must electronically supply (.doc or .pdf format) the preceding information in the order and format in which it is presented to Mr. William Keihl, william.keihl@brooks.af.mil or Lt. Rebekah Gaylord, rebekah.gaylord@brooks.af.mil no later than 1700, December 3, 2004. Telephonic responses will not be accepted. Electronic Media can be mailed to 311 HSW/YASP, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Mr. William Keihl. Questions may be submitted to Lt. Margaret Montgomery, margaret.montgomery@brooks.af.mil. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in responses to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed ten (10) 8.5 X 11 inch, single-sided pages per product. Product Material Safety Data Sheets (MSDS), independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding their submission or information gathered as a result of this notice nor the outcome of the Government's review of the solicited information.
- Place of Performance
- Address: 7980 Lindbergh Landing Brooks City-Base, TX
- Zip Code: 78235
- Country: USA
- Zip Code: 78235
- Record
- SN00705958-W 20041111/041109211835 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |