SOURCES SOUGHT
65 -- Video Assisted Intubation Devices (VAID) Suitable for Aeromedical Evacuation (AE) Use Aboard Fixed-Wing Aircraft
- Notice Date
- 4/6/2009
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-09-RFI-0001VAID
- Response Due
- 5/6/2009
- Archive Date
- 7/5/2009
- Point of Contact
- Myrsonia Lutz, 301-619-8896<br />
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (OCT 1997) and is published only to encourage interested parties to gather information about commercially available products that meet or can be readily modified to meet the requirements discussed below. 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 PURSUANT TO THIS ANNOUNCEMENT. 1. SUBJECT: The Air Force Medical Evaluation Support Activity (AFMESA) is conducting market research on technology solutions for Video Assisted Intubation Devices (VAID) suitable for Aeromedical Evacuation (AE) use aboard fixed-wing aircraft. Responses are due to this Request for Information (RFI) by Wednesday, May 6, 2009; 4:00 PM EDT. 2. 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 not offers and will not be accepted by the Government to form a binding contract. Respondents 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. Information and representative samples as responses to the RFI will not be returned. At this time, AFMESA will not entertain any questions concerning the composition, requirements, or the nature of services to be performed under any future Request for Proposal (RFP). 3. BACKGROUND: The Air Force Medical Service (AFMS) Air Mobility Command (AMC) has identified a need for a VAID for use in AE missions undertaken by Critical Care Air Transport Teams (CCATT). That need has been manifested in the patient airway changes that can occur during the AE mission, as well as the severity of injury and the difficulty of intubation given the patients position, the narrow spaces in which the caregivers have to maneuver, and limited approaches to the patients airway during flight. Specifically, caregivers require visual access to the patients airway to ensure proper placement of airway tubing that, due to physical limitations aboard an aircraft or due to spinal injury, is difficult to accomplish with traditional intubation devices. The VAID will be used in non-standard medical environments with variable weather and lighting conditions. The device will also be used to establish an airway in patients with difficult or problematic breathing conditions. 4. REQUIREMENTS: The VAID solution will provide a cost-effective, portable method for viewing the vocal cords, including any endotracheal tubing already in place. It will also assist in the initial placement of breathing tubes for patients with difficult airways. The VAID tool will grant medical providers a method for observation of airways in patients placed in various physical positions. This includes those placed higher, lower, or at differing angles than those found in the standard hospital environment. The VAID solution must be able to be used in-flight in all Air Force (AF) mobility aircraft without disruption. This includes disruption of the aircrafts flight, as well as the visual images presented by the device. The tool must be lightweight, durable, and operable within the power strictures of the CCATT mission environments. The tool should be applicable to both pediatric and adult use. Responses should address the requirements identified in item 4A of this RFI. Responses should include a representative sample of the tool for limited examination. Sample items submitted will not be returned. 4A. MANDATORY REQUIREMENTS: The candidate VAID must satisfy the following top-level requirements: 1.Must be able to meet or exceed airworthiness certification and safe to fly criteria for all USAF Mobility Air Forces Aircraft. (This certification will be required for procurement, but will not preclude a product from this initial evaluation.) 2.Must document compliance with FDA regulations 3.Must provide visualization of the vocal cords and the endotracheal tube passing through the vocal cords to confirm placement in an AE environment 4.Must operate without requiring hyperextension of the neck (i.e., while maintaining a neutral C-spine position with hard cervical collar in place) 4B. FURTHER CHARACTERISTICS: The candidate VAID should satisfy the following top-level requirements: 1.Operable without external power 2.If unit has a battery, provide a rechargeable battery that uses common electrical sources providing 110/220 VAC, 50/60 Hz 3.Offer a compact, portable, lightweight design 4.Include initial and follow-on training/support, along with appropriate training materials 5.Permit support using standard, non-proprietary tools 6.Meet standard infection control guidelines (as prescribed by the Centers for Disease Control and Prevention [CDC] and AF guidelines) 7.Will come equipped with a carrying case or storage container AFMESA seeks to gather information about commercially available products that meet or can be readily modified to meet the requirements discussed above. 5. CONTACT INFORMATION: Electronic responses to this RFI must be addressed to Christine Wasner, Market Research Manager, via e-mail to: christine.wasner.ctr@detrick.af.mil. Samples must be addressed to: AFMESA, Attn: Christine Wasner, 1270 Montevue Ln., Area B, Ft. Detrick, MD 21702. Responses must be received by this office on or before Wednesday, May 6, 2009; 4:00 PM EDT. This request for information is not a commercial solicitation and the Government will not pay for any information or items submitted, or for any costs associated with providing the information or items. The Market Research Manager designated above shall be the only contact for all inquiries regarding any aspect of this RFI and its requirements. 6. RESPONSE SUBMISSION: Submit responses to this RFI via e-mail and in a sealed envelope or package with the Respondents name and address clearly marked on the outside of each sealed envelope or package. Please include point of contact, phone number, email address, and web site information inside the sealed envelope or package. Respondents must certify whether the company they represent is a U.S. business. The response should describe the companys capability to offer, field, and sustain a VAID as characterized by the requirements addressed in this RFI. If unable to provide a VAID capable of meeting all requirements, the respondent should offer tradeoff considerations for unmet requirements. Respondents should mark all proprietary data as appropriate. AFMESA will protect proprietary information from unauthorized use and disclosure. Unless clearly marked otherwise, submission of a response to this RFI signifies agreement to allow AFMESA personnel to use the information to aid in developing an acquisition approach. 6.1 LATE SUBMISSIONS: Failure to respond to this RFI does not preclude participation in any future competition, nor will information provided in response to this RFI be used to exclude anyone from responding to any future RFPs. Communications with AFMESA with regard to this RFI will only be permitted in writing during the RFI response period. Responses to the RFI received by AFMESA after the submittal deadline and time indicated may be considered. The Respondent assumes the risk of the method of dispatch chosen. Postmarking by the submittal date and time shall not substitute for actual response receipt. 7. OWNERSHIP OF RESPONSE TO RFI: All material submitted in response to this request become property of AFMESA. 8. RELEASE OF CLAIMS, LIABILITY, AND PREPARATION EXPENSES: Under no circumstances shall AFMESA be responsible for any response preparation expenses, submission costs, or any other expenses, costs, or damages, of whatever nature incurred as a result of the Respondents participation in this RFI process. Respondent understands and agrees that it submits its response at its own risk and expense and releases AFMESA from any claim for damages or other liability arising out of the RFI process. 9. ERRORS IN RESPONSE: AFMESA shall not be liable for any errors in Respondents response. Respondent is responsible for careful review of its entire response to ensure that all information is correct and complete. Respondents are liable for all error or omissions contained in their responses. 10. ADDENDUM: AFMESA reserves the right to issue an addendum to the RFI at any time for any reason. 11. SAMPLES: AFMESA requests the Respondents submit a test copy of any or all products or services described and identified in the RFI response(s). If practical, samples may be returned at the Respondents request and expense following evaluation. All interested, capable, and responsible sources that wish to respond to this RFI are encouraged to submit documentation on their specific capabilities. In addition to relevant and relative capability statements, past performance, and other information, the Government requests responses to provide, as a minimum, the following: 1) Title Page: The capability package must be assembled with a title page containing the following information: Company name, address, point of contact, telephone number, DUNS number, and business size. Please include any socio-economic information. 2) Experience: Offeror to provide prior/current experience of similar size and scope, including contract number, organization supported. Indicate whether a prime or subcontractor, contract value, and Government or commercial point of contact with current telephone number and E-mail address. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a14f52e4e026d333778037a68d25daea&tab=core&_cview=1)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD<br />
- Zip Code: 21702-5014<br />
- Zip Code: 21702-5014<br />
- Record
- SN01786351-W 20090408/090406220005-a14f52e4e026d333778037a68d25daea (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 |