Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOURCES SOUGHT

A -- Air Force Airway Trainer (AFAT) Prototype Development

Notice Date
6/22/2012
 
Notice Type
Sources Sought
 
NAICS
541420 — Industrial Design Services
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-12-R-AFAT1
 
Response Due
6/29/2012
 
Archive Date
8/28/2012
 
Point of Contact
Shawn Haubner, 508-233-6167
 
E-Mail Address
ACC-APG - Natick (SPS)
(shawn.haubner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice (SSN) SSN Number: W911QY-12-R-AFAT Air Force Airway Trainer (AFAT) Prototype Development SYNOPSIS: This is a Sources Sought Notice (SSN) for planning purposes only, as defined in Federal Acquisition Register (FAR) 15.201e. This is a Qualified/Capable Business Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is for market research purposes only to obtain information regarding (1) the availability and capability of all qualified business sources, (2) including small businesses; HUB Zone small businesses; service-disabled small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The North American Industry Classification System (NAICS) Code(s) is/are 541420. Your responses to the information requested will assist the Government in determining the appropriate acquisition method to obtain a upper torso airway simulator trainer. The airway simulator trainer will provide the most realistic airway management training possible while meeting the rigorous readiness skill requirements of the US Military. The airway trainer will be a realistic recreation of a human torso with human features and symptoms specific to airway management and its associated procedures and potential problems and treatment. The goal of this airway trainer is to be a life-like, realistic simulator model, providing the most effective training tool for: medical operations training and pre-deployment training, such as critical care air transport team training (CCATT); training on medical transport aircraft in which airway traumas are managed. BACKGROUND: The Clinical Investigations Facility (CIF) which supports the 60th Medical Group (60 MDG) staff and medical/dental residents in performing human and animal model clinical investigations is in need of an upper torso airway simulator trainer to be called the Air Force Airway Trainer (AFAT) that realistically simulates the injuries and symptoms associated with airway injuries. PURPOSE AND OBJECTIVES: The objective of issuing this SSN is to gather information that will assist in the determination of a suitable contract solution for obtaining a prototype airway simulator trainer suitable to the needs of the Air Force. The airway simulator will be designed and built to meet rigorous standards while reflecting a level of realism in appearance, haptic characteristics, and performance that has so far never been achieved in airway trainers. The prototype airway trainer shall have any electronics, mechanics, blood and liquid systems self contained. Power systems will be internal and feedback features will need to be controllable. The following required features will be integrated in the prototype system: Wireless interactive controls for running scenarios and for providing feedback will be accomplished with a tablet PC. Facial features will consist of simulated fat, muscle and skin. Materials utilized should be durable and easy to clean while maintaining a realistic look and feel. The underskull will consist of a flexible/moveable jaw which will allow for application of the 'jaw thrust' to clear the airway or to allow insertion of an oropharyngeal airway or OPA. All simulated soft tissue will respond as expected. The tongue will be made of a realistic fleshy material capable of blocking the airway and of being 'shaped' either mechanically or through the use of air/liquid bladders. The neck will be flexible enough to allow for a 'Chin Lift' or 'Head Tilt' to lift the tongue and open up the airway. The neck will allow for limitation of flexibility to make intubation difficult. A feedback module will be included to simulate escaping gas when the tongue is properly lifted off the back of the throat. The nasal passages will be anatomically correct for insertion of a nasopharyngeal airway (NPA). Laryngeal edema will be accomplished through the use of air bladders in correctly located strategic positions ringing the throat which will expand and slow or limit the ability to ventilate the patient. A Cricothyroidotomy feature will include a removable larynx with a cricoid 'membrane' fitted over the larynx and cricoid across the the cricoid membrane gap which could be cut and replaced with a new membrane after each use for teaching and demonstration purposes. Tracheal deviation is one sign of a potential Tension Pneumothorax in the patient and could be used in that scenario. Depending on the exact response to treatment it could be tied in to the use of Needle Decompression or a Chest Tube and respond accordingly, returning to normal position after proper treatment. Jugular Venous Distension could be accomplished by utilizing a pneumatic system and bladders to expand that area of the neck to a predetermined size. Pulsing can be added to the jugular distension as a diagnostic aid. The Recreation of a Pneumothorax and a Hemothorax will require two separate systems: a gas system and a liquid system. Each system will be isolated to one side of the chest or the other. On one side, a pneumatic system will create a Pneumothorax simulation and allow the student to withdraw or release air trapped inside the pleural cavity either through a Needle Decompression site or through the insertion of a Chest Tube. On the other side of the chest, a liquid system supplied by a storage reservoir will feed fluid into specific areas and allow the student to drain blood or pleural fluid from a Chest Tube in the chest wall. The rise and fall of the chest cavity to simulate breathing will be accomplished either through pneumatic or mechanical means (as the application dictates). Each side of the chest will work together during normal respiration or work separately when required to simulate pneumothorax conditions. The rate of respiration and the functions above will be programmable. A built-in solid state sound system will be incorporated into the unit as well to support simulated sounds of respiration. Interested parties should provide detailed responses and/or materials related to their capabilities to fulfill ANY OR ALL of the inquiries listed below: (1) Description of your company's experience with the program management of technically complex efforts, to include existing capabilities in Human factors cognitive engineering (HFCE) and System concepts engineering (SCE). a. Products developed that realistically simulate medical trauma. b. Current products under development that simulate medical trauma related to the upper airway and torso and current stage of development. (2) Ability to develop and manufacture medical simulation prototype systems. a. Design Maturity Programs. b. Cost of Production Knowledge. c. Modeling and Production Processes. d. Production and Development Facilities. e. Specialized Tools and Equipment. f. Manufacturing Scheduling. g. Quality Assurance Controls Respondents are invited to provide materials related to their capabilities to fulfill ANY OR ALL of the inquiries listed above. Respondents should provide responses whether their level of interest and current capability is to fulfill the entire scope of the effort, or a limited aspect of the effort, such as teaming as a subcontractor with another firm. The Government will retain comments and information received in response to this SSN. Proprietary information should be identified as Company Proprietary. Do not use Government Security classification markings. Questions regarding this SSN should be forwarded to Mr. Shawn Haubner at: shawn.p.haubner.ctr@mail.mil within seven (7) days after SSN release. SUBMISSION INSTRUCTIONS: All written responses must be received by Friday June 29, 2012. Submissions should: (1) use Microsoft Word or Adobe Portable Document Format (PDF); (2) be sent to Mr. Shawn Haubner, EMAIL ADDRESS: shawn.p.haubner.ctr@mail.mil; (3) be minimum 11 font on 8.5" X 11" paper; (4) be complete, sufficiently detailed, and organized in a manner that tracks to the information requested in this SSN; (5) include a single company point of contact with name, title, address, telephone and fax numbers, and e-mail address(es); and (6) not exceed 15 single sided pages in total (not including cover page and cover letter). Material that is advertisement only in nature is not desired. DISCLAIMER AND IMPORTANT NOTES: The Government will not pay for any information submitted in response hereto. This notice does not obligate the Government to issue a solicitation or to award a contract. 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 response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation which may be published in the future. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. POINTS OF CONTACT: Contracting Office Address: U.S. Army Contracting Command-Aberdeen Proving Ground-Natick Contracting Division, 100 Medway Rd, Milford, MA 01757 Point of Contact: Shawn Haubner, (508) 233-6167; e-mail: shawn.p.haubner.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/485442d4c30066e593adb4f6ea72196a)
 
Record
SN02784251-W 20120624/120622235557-485442d4c30066e593adb4f6ea72196a (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 |
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.