Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

65 -- Field Oxygen Generator Resource (FOGR) - Request for Information

Notice Date
11/9/2020 11:06:12 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
PANMRA-21-P-0000-000770
 
Response Due
11/23/2020 1:00:00 PM
 
Archive Date
12/08/2020
 
Point of Contact
Rudolph Spencer
 
E-Mail Address
rudolph.j.spencer.civ@mail.mil
(rudolph.j.spencer.civ@mail.mil)
 
Description
REQUEST FOR INFORMATION (RFI) 1.0 RFI TITLE: FIELD OXYGEN GENERATOR RESOURCE (FOGR) 2.0� AGENCY: U.S. Army Medical Materiel Development Activity (USAMMDA) 3.0� OFFICE: USAMMDA, Warfighter Deployed Medical Systems PMO (WDMS).� USAMMDA is the Department of Defense's (DOD) medical product development activity for products designed to protect and preserve the lives of Warfighters. �USAMMDA develops new drugs, vaccines, devices, and medical support equipment that enhance readiness, ensures the provision of the highest quality medical care to the DOD, and maximizes survival of medical casualties on the battlefield. 4.0� LOCATION: Ft. Detrick, MD 5.0� SUBJECT: WDMS is conducting market research to identify available commercial solutions that meet the requirements for the FOGR capability gap.� This market research may also assist with the further development and/or refinement of the requirements. �6.0� DISCLAIMER: This is an RFI as defined in FAR 15.201(e) to ascertain whether a commercial item exists that provides the capabilities described herein. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. �Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. �Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. �In keeping with the standards of FAR Part 10, the Government may request additional information from responders. �Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. �All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. �Responses to the RFI will not be returned. �At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 7.0 �DESCRIPTION: WDMS has a requirement to modernize FOGR that would replace the former capability, Oxygen Generator, Field Portable (OGFP), for use in supplying oxygen to the sick and wounded. �This device is secondary to the standard �D� used to supply oxygen in air and ground medical evacuation platforms. �This device would additionally be utilized to supply patient oxygen during the movement of casualties between treatment areas and evacuation vehicles. �The end item must be portable, durable, reliable, easily maintainable, and capable of transport and operation in field conditions.� Additional desired device features are: Shall have FDA clearance for clinical use in adults. Will generate oxygen, USP 93 (93% +/- 3%). Will be capable of generating at least 3 liters per minute (lpm). The weight of the device should not exceed the weight of 13 pounds (excluding the battery). Power capable of operating on both 110/220 VAC, 50/60Hz, and 10-24V (direct source from the vehicle) and utilize existing connector on evacuation platforms. Should have a rechargeable battery capable of operating 1 hour at 3 lpm if external power is lost. �Battery shall be recharged when external power is applied (either by device when plugged in or by an external battery charger). Battery will be easily accessible to be swapped out by the operator with no need for tools. Airworthiness release for all service rotary and fixed wind aeromedical evacuation aircraft will be obtained. The mean time between Operational Mission Failure will be at least 360 hours. The operational availability will be 95% when operated over a 30 day period. The mean time to repair will be three hours. Will be capable of supplying constant flow and specified liters per minute. Should be capable of being stored for 6 months without needing maintenance and without degradation of performance (excluding the battery maintenance). Must be capable of utilizing standard fitting and existing oxygen tubing. Will be capable of supplying constant flow and specified liters per minute. Should be capable of being mounted or secured in existing evacuation vehicles. The Government may request vendor presentation and product demonstrations as part of this RFI if at no cost to the Government and if acceptable for the vendor. �Please describe the kind of product presentation or actual product demonstration that could be provided in conjunction with this RFI. 8.0� SUBMISSION INSTRUCTIONS: Responses from all capable and qualified sources are encouraged to respond to this request.� White papers should adhere to the following formatting and outline instructions: 1.�� All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. 2. Cover Page (1page) Title Organization Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) Outline of how responders product fills capability gap 3.�� Completed Attachment 1. 4.�� Completed Attachment 2 EXCEL spreadsheet labeled FOGR EC Checklist.� Please note that the comment block shall be used to provide sufficient technical information to determine how you fully meet the requirements as specified in this RFI. Please note that responses are due no later than 4:00pm EDT Monday, 23 November 2020.� The only accepted method of submission is electronically via email.� No evaluation letters and/or results will be issued to the respondents.� At this time no solicitation exists; therefore, please do not request a copy of the solicitation.� NO PHONE CALLS PLEASE.� It is the responsibility of any potential offeror to monitor this site for the release of any solicitation or synopsis. 9.0� SUBMISSION CONTACT INFORMATION:� Interested entities shall forward submissions to Rudolph Spencer at rudolph.j.spencer.civ@mail.mil no later than the close of business Monday, 23 November 2020.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/98796f07abe64cb2a18823240e153998/view)
 
Place of Performance
Address: Frederick, USA
Country: USA
 
Record
SN05849766-F 20201111/201109230142 (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.