SOURCES SOUGHT
46 -- Sterile Water for Injection System
- Notice Date
- 1/24/2006
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119
- ZIP Code
- 78235-5119
- Solicitation Number
- RFIFIVRSterileWaterForInjection
- Response Due
- 2/7/2006
- Archive Date
- 2/22/2006
- Description
- SUBJECT: Request For Information (RFI) For Systems That Can Produce Sterile Water For Injection The Air Force Human Systems Group is seeking information from sources that are capable of providing Commercial Off the Shelf (COTS) or Prototype device that can take either United States Environmental Protection Agency (USEPA), STANAG 2136 or Technical Bulletin (TB) MED 577 quality source water and produce United States Pharmacopoeia (USP) standard USP 27 quality Sterile Water for Injection and Sterile Water for Irrigation. This is in support for the Field Intravenous Reconstitution System (FIVR). Please provide the following information: 1. A complete product description to include the following capabilities at a minimum: a. Certifications the device has received or that are being sought. b. Does your system have any of the following attributes for operating in military environments? 1. Military Ruggedization 2. Undergone Mil-STD 810 testing c. Can your system meet the following performance attributes? 1. Production Rate: no less than 3liters/hour 2. Power Requirement: no more than 7kW 3. Purity: Produces United States Pharmacopeia 27 (USP) quality sterile water for injection and sterile water for irrigation. 4. Source Water: USEPA National Primary Drinking Water Regulation, STANAG 2136 quality or TB MED 577 quality level 5. Ratio of feed water to product water d. Weight: must be one person portable (not to exceed 80lbs empty weight). e. Size: no greater than 16 cf3 2. Catalogue cost of your current COTS or Prototype sized FIVR system 3. Limitations on seller?s liability 4. Any test reports or test data outlining source water and effluent water qualities that would prove efficacy to meeting USP 27 for sterile water for injection and sterile water for irrigation. 5. Current points of contact for any government contracts you have had for similar items. 6. Any information regarding the length of warranty and what is covered and life span of your product. 7. 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 Capt Anush Collins, anush.collins@brooks.af.mil no later than 1700, Feb 7, 2006. Telephonic responses will not be accepted. Electronic Media can be mailed to HSG/Aeromedical Contracting Branch, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Mr. William Keihl. Questions may be submitted to Lt. Bennet Burton, bennet.burton@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. Patents, license agreements, 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: HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX
- Zip Code: 78235-5119
- Country: USA
- Zip Code: 78235-5119
- Record
- SN00972034-W 20060126/060124212017 (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 |