Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOURCES SOUGHT

65 -- Field Intravenous Reconstitution (FIVR) System Project

Notice Date
1/25/2007
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FIVR2007
 
Response Due
2/4/2007
 
Description
The HQ 77th Aeronautical Systems Group (77 AESG), seeks sources from industry with the capabilities to design and develop a working model that would process United States Environmental Protection Agency (US EPA) quality source water and produce United States Pharmacopoeia (USP) standard USP 27 quality Sterile Water for Injection (SWFI). The model's end process would insert the SWFI into traditional intravenous (IV) plastic bags to makeup IV fluids, such as Lactated Ringer and Normal Saline solutions, for use by AF Medical Service (AFMS) forces administering IV fluids to patients in field medical treatment facilities (MTF). The scope of this effort shall be to design and integrate medical grade components into a working model that produces packaged, sterile IV solutions at a rate of 10 to 20 liters per hour. The device should produce packaged IV solutions that comply with USP and Food and Drug Administration (FDA) standards. The model design shall be compact, portable, and automated for use in a deployed field environment. The period of performance for this working model effort shall be for approximately six months, culminating in a technical demonstration of the model and a detailed presentation of testing results of the design processes and IV output product. The USAF will reserve the right to conduct independent verification testing of the output products. Specifically, this Notice seeks the following information: - Whether your company would be willing to propose to a Cost Plus Fixed Fee (CPFF) for the working model effort and a option of System Development Demonstration (SDD) phase; - Description of the capabilities and ability to produce a working model that produces bagged IV fluids such as Lactated Ringers, normal saline, half normal saline, dextrose 5% normal saline (D5NS) that meets USP and FDA standards; - Comments on additional technical questions of this Notice; - Rough order magnitude (ROM) for providing working model, and SDD phase; - How your company intends to ensure compatibility with current and future FIVR solutions; - A brief description of your company's business size and business status (ie. small business, small disadvantaged business, woman-owned, HUBzone, service disabled veteran owned small business, and HBCU/MI); - Whether you are interested as a prime or subcontractor and any anticipated teaming arrangements; and - For this type of work, whether the FIVR Subcontracting Goals, calculated on the basis of total subcontracting dollars, are realistic or attainable: Small Business 24% Small Disadvantaged Business 13% Woman Owned Small Business 2% HUBZone Small Business 1% Service Disabled Veteran Owned Small Business 1% If you don't feel the above goals are appropriate, provide achievable goals with your supporting rationale. This information will be used to establish FIVR Subcontracting Goals in the solicitation when, and if, released. This notice 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 (RFP), Invitation for Bid, or an announcement of a solicitation. Response to this notice is strictly voluntary and will not affect any developer/vendor ability to submit an offer if a solicitation and/or an RFP are 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 notice or otherwise pay for any information provided. 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 notice and/or the Government's use of such information. Submittals will not be returned to the sender. Respondents to this notice 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. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to the notice will not be returned. In accordance with FAR 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. 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. Patents, license agreements, 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. For submissions to be considered, developers/vendors must electronically supply (Microsoft Office/Adobe format) the information of the preceding in the order and format in which it is presented to william.keihl@brooks.af.mil and phillip.waters@brooks.af.mil. Please ensure emails are sent to both POCs no later than 04 February 2007. Telephonic responses will not be accepted. Responses to this notice can be mailed to 77th AESG/PSK, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: William Keihl. Questions may be submitted to william.keihl@brooks.af.mil, and phillip.waters@brooks.af.mil. Please ensure emails are sent to both POCs.
 
Place of Performance
Address: HQ 77th Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas
Zip Code: 78235-5119
Country: UNITED STATES
 
Record
SN01219131-W 20070127/070125220634 (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.