Federal Bid

Last Updated on 10 Aug 2019 at 8 AM
Sources Sought
Location Unknown

Adult Sized Patient Simulators/Manikins

Solicitation ID W912TF-19-Q-5021
Posted Date 19 Jul 2019 at 5 PM
Archive Date 10 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7nn Uspfo Activity Nh Arng
Agency Department Of Defense
Location Sao tome and principe
THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their business size classification relative to NAICS Code: 339113 - Surgical Appliance and Supplies Manufacturing (Size standard: 750 employees. Responses to this synopsis will be utilized by the Government to determine the appropriate procurement methodology. After review of the responses to this sources sought synopsis, a solicitation announcement may be published to the general public on the Federal Business Opportunities website at www.fbo.gov. Responses to this sources sought synopsis shall not be considered as a response to a solicitation. All interested offerors will respond as an interested party to this sources sought.

The NH National Guard is seeking sources for the following items:

CLIN 0001: Life sized adult patient simulator/manikin, 2 EA, with the following salient characteristics:
1. Wireless and interactive.
2. Accompanied with tablet, loaded with software to control simulator.
3. Lightweight (< 100 lbs) to increase ability of traveling with the simulator.
4. Ability to change between male and female genitalia and gain foley catheter access.
5. Ability to perform airway maneuvers to include BVM ventilation, intubation, use various airway adjuncts, endotracheal intubation, retrograde and fiberoptic intubation, needle and surgical cricothyrotomy, tracheostomy, right main stem intubation with detection, stomach distention with esophageal intubation, and ability to simulate laryngospasm.
6. Simulator must have spontaneous breathing with bilateral and unilateral chest rise and fall.
7. Ability to perform lung auscultation with the different airway sounds
8. Ability to perform bilateral needle decompression.
9. Ability to perform 4 and 12 lead EKG's, with defibrillation, cardioversion and pacing
10. Ability to perform blood pressure readings through auscultation and palpation.
11. Carotid, femoral, radial, and brachial pulses with the ability to vary the rate and rhythm
12. Ability to perform CPR on the simulator with AHA guidelines built in to the program.
13. Simulator gives feedback on proper CPR with palpable pulses, blood pressure, EKG artifacts, and realistic chest compression depth and resistance.
14. Ability to administer medications IM
15. Ability to gain IV, and IO access at multiple locations with realistic "blood" flash.
16. Ability to auscultate normal and abnormal lung, heart, and bowel sounds.
17. Ability for the simulator to speak in response to providers with pre-recorded speech and vocal sounds and ability for the user to speak through the simulator to providers.
18. Ability to program our own scenarios in the system.
19. Ability to realistically moulage the simulator.
20. Blood pumping system for stopping bleeding training.

CLIN 0002: Company provided training for members of NH National Guard that explains operating procedure of product requested in CLIN 0001. Please provide in a capability statement, how your company plans to provide training, what content is included, how long it lasts, etc.

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. Please provide a capability statement indicating if and how your product meets each of the listed salient characteristics in CLIN 0001.

If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), 8(a), Large Business, etc.)?

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) If you are a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(6) Is your company a GSA contract holder? If so, please provide the contract number.

(7) If you are a GSA contract holder, are the items/solution you are providing information for available on your schedule/contract?

(8) Please provide general pricing of your products/solution for market research purposes.

(9) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?

(10) Please review salient characteristics and provide feedback or suggestions. If none, please reply as N/A.

(11) Please provide your CAGE code or DUNS number.

Responses to this notice shall be e-mailed to the attention of: Lainey Graham at [email protected]

Telephone responses will not be accepted. Responses must be received no later than 4:00 p.m. on 26 July 2019. This notice is to assist in determining the availability of capable sources via the commercial industry only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties shall respond that solicitation announcement separately from the response to this announcement.

Bid Protests Not Available

Similar Past Bids

Hampton Virginia 05 Jul 2011 at 1 PM
Portsmouth New hampshire 06 Aug 2019 at 2 PM
New york 14 Sep 2020 at 4 AM
Phoenix Arizona 19 Feb 2019 at 10 PM

Similar Opportunities

San diego California 14 Jul 2025 at 4 PM
Rock island Illinois 10 Jul 2025 at 5 PM
Rock island Illinois 10 Jul 2025 at 5 PM
Rock island Illinois 10 Jul 2025 at 5 PM