SOURCES SOUGHT
65 -- Ventilators - RFI/SS
- Notice Date
- 2/15/2017
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264517RCES012
- Archive Date
- 3/9/2017
- Point of Contact
- Yun P. Hong, Phone: 3016194162
- E-Mail Address
-
yun.p.hong.civ@mail.mil
(yun.p.hong.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI/SS This Request for Information (RFI)/Sources Sought (SS) Notice is for market research, information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Naval Medical Logistic Command. The Government is issuing this RFI/SS as part of a market research survey in accordance with FAR 15.201(e) to determine the availability and technical capability of industry to provide intensive care ventilators possessing capabilities for ventilation of patient populations from neonate to adult. ESSENTIAL CHARACTERISTICS: The ventilators shall be capable of delivering tidal volumes of 5-2000 mL. The ventilators shall feature compressors. The ventilators shall feature automatic tube compensation. The ventilators shall also feature a trigger mechanism for both flow and pressure. The ventilators shall provide leak compensation. The ventilators shall provide the following ventilation modes: assist/control (A/C) ventilation, spontaneous/continuous positive airway pressure (CPAP), synchronized intermittent mandatory ventilation (SIMV), proportional assist ventilation (PAV), and bilevel/airway pressure release ventilation (APRV). The ventilator shall be capable of monitoring and displaying the following parameters: peak inspiratory pressure, mean airway pressure, positive end-expiratory pressure (PEEP), tidal volume, minute volume, and spontaneous minute volume, fraction of inspired oxygen (FiO2), respiratory rate, expiratory rate, and inspiratory-to-expiratory (IE) ratio. Each ventilator shall include a rolling cart capable of supporting a humidifier. Each ventilator shall include two (2) rechargeable batteries to allow for transporting patients without a disruption in ventilation. The power requirement is 120 VAC. Lay out options for clinician operator training. All interested parties are strongly encouraged to submit an initial synopsis, (commonly referred to as white paper). White papers should not exceed 10 pages written (Times New Roman, 12 font) or MS PowerPoint slides, with an executive summary (short paragraph). If necessary, additional pages for technical drawings are allowed. Interested parties shall provide budgetary rough-order of magnitude (ROM) unit pricing, schedule availability information, mean time between system failures, and any product literature that might be useful in evaluating the end of life production and support thereafter. All interested sources are encouraged to submit company and product literature, references, and other pertinent information for the Government's consideration. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Offerors should submit the white papers electronically to the Naval Medical Logistics Command, point of contact email address below NLT 10:00 AM EST 22 February 2017. White papers may be submitted any time prior to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. For more information, See the attached RFI/SS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517RCES012/listing.html)
- Place of Performance
- Address: Naval Hospital Camp Lejeune., Camp Lejeune, North Carolina, United States
- Record
- SN04404655-W 20170217/170215235442-57f5faf24bf46a5809712ab258442905 (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 |