SOURCES SOUGHT
A -- Modify/Upgrade the existing Infrascanner 2000 System.
- Notice Date
- 5/2/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-14-R-IS14
- Response Due
- 6/2/2014
- Archive Date
- 7/2/2014
- Point of Contact
- Shawn Haubner, 508-233-6167
- E-Mail Address
-
ACC-APG - Natick (SPS)
(shawn.p.haubner.ctr@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE & REQUEST FOR INFORMATION This Request for Information (RFI) is released pursuant to FAR Part 15.201(e), Exchanges with Industry, and all interested small businesses are encouraged to respond. This request is for information purposes only. THIS IS NOT A SOLICITATION: no award will be made as a result of this request. The government will not pay for information and materials received in response to this synopsis and is in no way obligated by the information received. 1.SCOPE The Marine Corps Systems Command (MARCORSYSCOM), Family of Field Medical Equipment (FFME) has a requirement to modify/upgrade the existing Infrascanner 2000 system. This announcement is for SMALL BUSINESSES capable of and interested in modifying/upgrading the InfraScan, Inc. Infrascanner 2000 hand-held near-infrared-based point-of-care medical device to enable reliable monitoring and measurement of local tissue oxygen, edema and brain bleeding simultaneously at the site of injury and produce a ruggedized prototype available for testing in simulated battlefield situations. The Infrascanner 2000 is manufactured exclusively by InfraScan, Inc. and the design is proprietary. Interested sources are requested to provide information regarding their relationship with InfraScan, Inc., current knowledge/experience with the Infrascanner 2000 system, and development capabilities that will enable them to modify this system as described above. 2.INTRUCTIONS TO RESPONDENTS 2.1RESPONSES ARE DUE NO LATER THAN FRIDAY JUNE 2, 2014 AT 5:00 PM EST. Responses shall be submitted via e-mail only to Shawn Haubner at shawn.p.haubner.ctr@mail.mil. 2.2All responses (one response per company) are to be provided on company letterhead and should not exceed seven pages. All responses should be provided in Microsoft Word or Adobe Acrobat format on standard letter size 8-1/2 by 11 inch paper. The font for text should be Times New Roman 12-point or larger. Marketing collaterals are not desired at this time. 2.3Responses should include patent rights and/or licensure information for any data, product or technology that may be used to accomplish a proposed solution. Please indicate preference as to whether or not any future development rights would be shared with the government if a partnership were to develop. 2.4Any proprietary information submitted will be protected if appropriately marked. 2.5In accordance with FAR 15.202(e), 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 RFI. 2.6A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear. Questions regarding this announcement shall be submitted in writing by e-mail to Shawn Haubner at shawn.p.haubner.ctr@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d88593b7269237170656422620218fe)
- Record
- SN03355493-W 20140504/140502234249-9d88593b7269237170656422620218fe (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 |