Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOURCES SOUGHT

65 -- Backpack Medical Oxygen System

Notice Date
3/6/2006
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
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
FA8902-06-R-0000
 
Response Due
3/20/2006
 
Archive Date
3/20/2007
 
Description
REQUEST FOR INFORMATION (RFI): The Human Systems Group is seeking information from sources that are capable of providing a Backpack Medical Oxygen System to meet and achieve Air Force Special Operations Command mission requirements. The device will be used to address the shortfall in providing oxygen to passengers on unpressurized aircraft and to patients on or near the battlefield. PURPOSE: To deliver medical oxygen to at least one patient near the battlefield through a one person portable, long duration, medical oxygen system. Please provide to following information: I. A complete product description to include the following capabilities at a minimum: (1) System shall contain minimum of 2 liters of LOX and be technologically mature, ruggedized, ready for both operational testing and military utility assessments, and ready to field in 12 months or less (2) Combat hardening: 7.62 mm ballistic protection (NIJ Level III) proved by testing. System must be operational in a military environment with or without ballistic protection. (3) Self-contained power (4) Minimum number of oxygen outlets: 1 (5) Maximum steady state flow capability: 15 ambient liters/minute. However, flow rate must be able to be varied from zero to maximum flow rates. It must deliver these flow rates in vertical or horizontal positions. (6) Volume: 1 cu. ft. maximum (including ballistic enclosure) (7) Weight: 39 lbs (filled) maximum (including ballistic enclosure) (8) Capable of being air dropped with pararescuemen (9) Capable of being worn by pararescuemen (10) Unit filled using either NATO standard CRU-50 or home health care style connectors (11) Unit shall have quantity and pressure gauges (12) Unit shall be capable of being secured on military cargo aircraft and all-terrain vehicles using standard procedures (13) Estimate the delivery time from award of contract (14) Provide current points of contact for any government contracts you have had for similar items (15) Provide any information regarding the length of warranty and what is covered (16) Provide limitations on seller liability (17) Provide a description of quality assurance provided in production. (18) Product will be fully operable to withstand moisture, sand, dust and vibration, and numerous loads on/off military motor vehicles (19) Provide current Operations and Maintenance manuals *******NOTE****** 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. Technical questions will be submitted to the Program Manager, Lt. Timothy Conley at timothy.conley@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. 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: 7980 Lindbergh Landing, 78235-5119
Zip Code: 78235-5119
Country: USA
 
Record
SN01000699-W 20060308/060306212141 (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.