Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SPECIAL NOTICE

99 -- Request for Information (RFI) Market Research for Light-Weight, Portable, Full Advanced, Autonomous ICU Module and Monitoring Patient Transport and Treatment System.

Notice Date
9/12/2006
 
Notice Type
Special Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
USA-SNOTE-060912-012
 
Archive Date
12/11/2006
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS OR A REQUEST FOR QUOTATIONS; IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT WILL BE AWARDED PUR SUANT TO THIS ANNOUNCEMENT. 1.0 SUBJECT: The Air Force Medical Evaluation Support Activity (AFMESA) is conducting market research on light-weight, portable, full advanced, autonomous ICU module and monitoring patient transport and treatment system. Systems may be commercially available or likely to come to market within the next 18 to 24 months. Responses are due to this RFI by 4:00 PM on September 21, 2006. See section 6.0 for further information. 2.0 DISCLAIMER: 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 no t offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI 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 RFP, as well as those regarding the nature of the services to be performed under the physiologic monitoring initiative will not be entertained. 3.0 DESCRIPTION: System must be FDA approved at time of purchase. The system must be light-weight, self-contained, rapidly deployable, and capable of providing a full portable ICU transport unit. System must function as wirelessly central multi-patient m onitoring station module. 4.0 REQUIREMENTS: Prospective systems should supply the following capabilities: self-contained in ruggedized transport case; capability of functioning as a central station monitoring function allowing a minimal of up to four patients to be monitored simult aneously. Integral component system should consist of the following components: data display: ventilator (pediatric to geriatric); 12-lead EKG; pulse-oxymeter; data I/O. electronic medical record; CO2 ; AED; temperature; invasive pressure; remote C2 ; sm art help; respiratory mechanics; and closed-loop control (closed-loop control of oxygenation; feedback control of O2 generation/power; ventilator managing respirator parameters). Modular additions to the system may provide the following capabilities: aspi rator/continuous suction; multi-patient monitor (SpO2, ECG, NIBP); patient controlled analgesia; spirometer; O2 concentrator; patient warming; stress test; anesthesia module; ultrasound imaging; visualization (oto/opthalmoscope, macrolens camera). System m ust have capability to continuously monitor patients from pediatric to geriatric. The system must be capable of using 120-240VAC electrical power as well a capability to operate for up to 4 to 6 hours on internal batteries. System should offer silent/low-light (for combat arenas) operating features (night vision compatible LCD, IR alar m LED). System should provide the following remote monitoring and control capabilities: routine diagnostics; battery conditioning; calibration; trending; reporting and documentation. System should provide advanced user interface and should provide the following capabilities: scalable (matches interface with user skill level); configuration independent; real-time patient physiological status (green, yellow, red). The system must provide all vital sign parameters offered in standard emergency room and critical care units (i.e., easy-to-read ECG waveforms, heart rate, SpO2, alarm, alert, arrhythmia, vital sign information). The monitoring systems should incorporate a rrhythmia and system fault detection along with full disclosure (upwards 72 to 96 hours). Alarms should provide alarms/decision displa y program. Systems must be usable in a variety of military medical treatment environments and various evacuation platforms (air, land, sea). The system must be ruggedized, vibration-resistant, and be capable of operation in a wide range of environmental conditions. Systems must be capable of rapid installation, set-up and presentation of patient data in an easy to understand format. The system must be easily portable by one personnel when packed for storage (in harden case). The Government encourages creativity and innovation in responses to this RFI. The purpose of this RFI is to gather information about commercially available products that meet the requirements enumerated above. 5.0 CONTACT INFORMATION: The Point of Contact for this RFI is Maj. Thomas Walker, (301) 619-8600, Thomas.walker@ft-detrick.af.mil.
 
Record
SN01141166-W 20060914/060912221327 (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.