Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOURCES SOUGHT

43 -- Compressor System Airborne Transport System

Notice Date
5/18/2005
 
Notice Type
Sources Sought
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
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
RFICompressorAirborneSystem
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
SUBJECT: Compressor System Airborne Transport System The Human Systems Group is seeking information from sources that are capable of providing a compressor to replace the existing Airedyne compressor system. The system is supported by the Airedyne compressor system. The device must be able to be used within the aeromedical evacuation system. The instrument should have as a minimum the following capabilities: -Power Requirements: 115-120 VAC/50-400 HZ -Amps: 2-3 -Air Outlets required: 2-3 threaded male DISS air outlet?s(Spark Arresting) -Patient Flow requirement 2-6 lpm -Air Pressure: 50 pounds PSI +/-5 PSI -Able to operate 2-3 ventilators at one time -Maximum flow rate of 45 lpm at 8,500 feet in a pressurized cabin -Dimensions: Approx. 11X15X20 -Weight not to exceed 100 pounds. -Able to operate on all aircraft-must pass Fuel Vapor Testing -Integral moisture removal system that evaporates into the atmosphere without operator intervention -Filtration System must produce USP Medical Grade Air in any environment. - Add for any and all switches they must be brushless and non-sparking. Note: DISS stands for Diameter Index Safety System. It's an ISO standard for manufacturing oxygen/Air connectors or tubing. 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, 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 Anush Collins, Buyer, anush.collins@brooks.af.mil no later than 1700, June 20, 2005. Telephonic responses will not be accepted. Electronic Media can be mailed to Human Systems Group/YSAP, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Lt. Margaret Montgomery. 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 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: HSG/YA, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119
 
Record
SN00810243-W 20050520/050518211913 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.