Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOURCES SOUGHT

65 -- AeroMedical Litter Mattress

Notice Date
6/6/2005
 
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
RFILITTERAEROMATTRESS
 
Response Due
6/20/2005
 
Archive Date
7/5/2005
 
Description
SUBJECT: Aeromedical Evacuation Mattress, Litter The Human Systems Group is seeking information from sources that are capable of providing an Aeromedical Evacuation Litter Mattress to replace the existing Litter Mattress (NSN 6530-01-504-9783). This device must be able to be used within the aero medical evacuation system. The instrument should have as a minimum the following capabilities: 1. Optimal mattress pad dimensions shall be 73? long by 23? wide. The thickness of the mattress and cover shall be determined by the efficiency of the materials to effectively distribute the weight of a patient up to 250lbs. Mattress will not exceed 3? in thickness. 2. The products overall weight should not exceed 6lbs. 3. The mattress should distribute the weight of the patient with the goal of pressure wound prevention and promote healing of any pre-existing wounds. The USAF will conduct pressure testing to confirm the distribution of weight by the mattress. 4. The mattress shall provide comfort to litter bound patients while reducing pressure on body surface areas prone to pressure ulcerations. a.)The exterior pad surface shall be compliant with current infection control disinfection standards. The surface and seams shall be impermeable to fluids, dust and sand. The exterior surface shall be slip-inhibiting on at least one side. b.)The exterior surface shall be low shear and low friction in accordance with generally accepted wound care prevention standards. c.)The product shall be tear, mildew, rot, abrasion and ultraviolet light resistant. 5. The product shall meet flammability requirements established by the Federal Aviation Regulations (FAR) 25.853 (a) Appendix F, Part I (a) (1) (ii). 6. The external surface of the pad will allow for ambient airspace volume changes. The mattress will passively adjust to changes in altitude without operator intervention and compensate for a rapid increase in volume. During an in-flight rapid decompression the expansion in air volume will not harm the patient. The manufacturer will incorporate an acceptable venting mechanism to compensate for rapid expansion of air volume. The venting mechanism will maintain impermeability of the mattress. The mattress will be tested by the USAF in a high altitude chamber to 15,000 feet above sea level. The mattress will be subjected to a rapid decompression to 45,000 feet above sea level. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_500.4 ) 7. The exterior surface of the pad shall be subdued in color, non-reflective mat finish. 8. The exterior surface shall not generate static electricity. The mattress will not be an electrical conducting surface and will be safe to use with defibrillators. 9. Will withstand exposure to humidity levels from 5% to 95%. 10.The product shall recover after being subjected to high temperature storage IAW MIL-STD-810F, Method 501.4. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_501.4 ) 11.The product shall recover after being subjected to low temperature storage IAW MIL-STD-810F, Method 502.4. (See URL: http://www.tdsway.com/products/recon/hardware_test_standards/MIL-STD-810F_502.4 ) 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. 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. 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. Please submit samples to the following address: Human Systems Group/YASP, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, and ATTN: 1st Lt. Margaret Montgomery. It is understood that all property submitted is proprietary in nature and will only be used for official purposes to include testing and evaluation. Submittals will not be returned to the sender. The Government will be responsible for the proper disposition of all submitted materials. 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 William Keihl, Contracting Officer, William.keihl@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/YASP, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: 1st Lt. Margaret Montgomery.
 
Place of Performance
Address: Human Systems Group/YASP, 7980 Lindbergh Landing, Brooks City-Base TX
Zip Code: 78235-5119
 
Record
SN00823362-W 20050608/050606211931 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.