Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

A -- A Remote Physiological Status Monitoring (RPSM) system capable of integration with the Ground Soldier System GSS soldier borne ensemble. This system must be capable of monitoring soldiersphysical status while in combat.

Notice Date
5/19/2010
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-10-R-0123
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
Shannyn Scassero, 301-619-2640
 
E-Mail Address
US Army Medical Research Acquisition Activity
(shannyn.scassero@det.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Requirement: The Army has requirement for Remote Physiological Status Monitoring (RPSM) system to be integrated with the Ground Soldier System GSS soldier borne ensemble. The contractor shall provide all resources necessary to perform research and development for a RPSM system as defined in this Statement of Objectives (SOO). The contractors system shall perform to the objectives in this SOO. Background: The U. S. Army Medical Department Center & School (AMEDDC&S) has a requirement for a Remote Physiological Status Monitoring (RPSM) device. It must be capable of monitoring soldiersphysical status while in combat and must integrate with the Ground Soldier System GSS Soldier Borne Ensemble. Objectives: The research and develop technologies must perform in accordance with the following objectives. The RPSM unit shall be able to monitor the heart rate of a soldier. The RPSM unit shall be able to monitor the respiration of a soldier. The RPSM unit shall be able to monitor the movement of a soldier. The RPSM device shall be able to physically connect with the GSE via USB connection. The RPSM device shall be able to transmit PSM data wirelessly. The RPSM device should have a vendor submitted 510K, should be submitted to the FDA in accordance with applicable laws and regulations and the system should be cleared by the FDA before proceeding with full rate production. The system shall have the capability to automatically alert appropriate personnel (based on physiologic and medical algorithms) of degraded performance due to physical or cognitive fatigue. The system shall record vital statistics in overlapping 15 minute periods, deleting old information in a sweeping manner until such time as an emergency is detected. The system should have a built in busing system to integrate to a future soldier borne system. The system should have electronics integrated into the system fabric. This system must fit properly and function accurately on the 5th to the 95th percentile of Warfighters, both male and female IAW MIL-STD-1472D. The system, when worn, shall not restrict normal breathing and movement that can be expected under moderate to heavy physical activity. The system should have the ability to monitor heart rate and respiration using optical technology. The system shall not interfere with the proper function of protective combat equipment. The system shall be easy to don or remove and require minimal user level maintenance. Acceptable maintenance may include an occasional change or charge of batteries and normal laundry cleaning. The system, if worn, must meet visual, IR, and RF signature management criteria for military combat uniforms and equipment. The system shall provide a means for unit leaders and medics to remotely and wirelessly view simple health status of the Warfighters. Leaders and medics should also have the capability to ignore automated distress calls, detect sensor malfunctions or low power messages, and query unit rollup status. The system shall have a self-contained power source that will enable the Warfighter to maintain sustained combat operations for a threshold of 24 hours to an objective of 72 hours before needing to change or recharge battery cells. The power source shall perform without error in -40 F to 120 F temperatures and will not be made of materials that would cause harm to the user in the event of a loss of structural integrity of the battery cells. The system shall be made of materials that are flame retardant or resistant. Scope: Contractor shall provide R&D for RPSM for integration with the GSS soldier borne ensemble. Contractor shall accomplish IAW with SOO. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month option years. Additional Information Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this SOO. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractors quality control program is the means by which he assures himself that his work complies with the requirement of the contract. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Technical Exhibit 1, Quality Assurance Surveillance Plan. After initial acceptance of the proposed quality control plan, the contractor shall receive the contracting officers acceptance in writing of any proposed change to his QC system. Quality Assurance: The government shall evaluate the contractors performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Post Award Conference: The Contractor(s) agrees to attend any post award conference convened by the Government in accordance with Federal Acquisition Regulation Subpart 42.5. It is anticipated that this meeting will be held at Fort Detrick, MD. Type of Contract: The Governmnet reserves the right to award a contract or multiple contracts on a cost basis in response to this requirement. This contract (or contracts) will be issued as a best value award in accordance with FAR 15.101 as opposed to lowest price, technically acceptable or FAR 15,101-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-10-R-0123/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02154641-W 20100521/100519235416-f2c9193b3aaccc9c727ef0f0c27cfd7c (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  © 1994-2020, Loren Data Corp.