Federal Bid

Last Updated on 05 Apr 2022 at 7 PM
Sources Sought
Wright patterson air force base Ohio

Spinal Immobilization Transport Device

Solicitation ID FA8606-22-R-5000
Posted Date 05 Apr 2022 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8606 Aflcmc Wnuk
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

Spinal Immobilization Transportation Device

 Request for Information

This announcement represents a Request for Information (RFI) by the Humans Systems Division/Aeromedical Branch, WPAFB, OH to determine potential sources for a Spinal Immobilization Transportation Device (SIT-D) with extensive leveraging of commercial off-the-shelf components to improve patient transportability from the point of injury (POI) in the En Route Care (ERC) environment to definitive care locations. The USAF Air Mobility Command Surgeon’s Modernization Division (AMC/SGR)  is investigating a replacement for the two existing devices which include the Stryker Wedge Turning Frame (SWTF) and the Vacuum Spine Board (VSB) The SIT-D upgrade will significantly improve the ability to move critical patients with spinal cord injuries & pelvic fractures, enhance skin integrity during transport, and provide flexible options to medical personnel without severe weight limitations and space liabilities for ground or air movement.

PURPOSE:

This notice is part of USG Market Research, a process for obtaining the latest information on the ‘art of possible’ from industry with respect to their current and near-term abilities.  All company proprietary information contained in the response shall be separately marked and properly protected from unauthorized disclosure.  The USG will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. 

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the USG will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on https://SAM.gov under Contract Opportunities. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

OBJECTIVES:

The objectives of this RFI are to identify responsible sources and interested parties who have proven solutions that can meet requirements.  For the purpose of this RFI, the term “proven” means solutions at a Technology Readiness Level (TRL) of 8/9 in accordance with the Technology Readiness Assessment Guide dated February 2020.  Please provide justification for hardware TRL that your company claims. 

BACKGROUND:

The two devices currently being utilized in the field: Stryker Wedge Turning Frame (SWTF) and the Vacuum Spine Board (VSB) are no longer being supported by the manufacturer or has notable shortfalls. Therefore, the AMC/SGR has identified a need for an improved SIT-D for use in transporting critical patients through AE. The device must be able to adequately immobilize the spine in critically injured patients, be easily applied at field hospitals (level 2 or 3 roles of care), and be capable of moving with the patient through patient staging and AE platforms. Provide flexible options to medics without severe weight limitations and space liabilities for ground or air movement. Consideration should be made for preventing skin breakdown on patients immobilized by the device for long flights.

AMC/SGR prefers commercial off-the-shelf (COTS), government off-the-shelf (GOTS), or research and development (R&D) options that fulfill the capabilities outlined below.

REQUIREMENTS:

The response should describe the company’s capability to offer, field, and sustain the device as characterized by the requirements addressed in this RFI. If unable to provide a device capable of meeting all requirements, the respondent should offer trade-off considerations. The requirements below are mandatory key performance parameters the spinal immobilization transport device must meet.

  • Device must be able to meet the Air Worthiness Certification (AWC) safe-to-fly criteria for all commonly used fixed and rotary wing aircraft used for ERC
  • Device must have U.S Food and Drug Administration (FDA) clearance (including exemptions)
  • Must be able to provide cervical/thoracic/lumbar/sacral spinal immobilization

These Key Performance Parameters and other key system attributes are listed in Form #1 (attached).

INSTRUCTIONS TO RESPONDENTS

Interested parties should provide capabilities, qualification statements, and complete Form #1 (attached) to demonstrate their ability to satisfy the requirements detailed in the REQUIREMENTS paragraph of this announcement.  Companies or parties are to submit responses in Adobe Acrobat compatible electronic format.  The maximum page limit for responses is 30 pages, 8.5” x 11”, including attachments, figures, and/or drawings, and no smaller than size 12 font.  Responses must include:

  1. Company Name, Address, CAGE Code, Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address
  2. Complete Description of the Device
  3. Overall capabilities of the device as compared against the REQUIREMENTS section of this announcement
  4. Hardware TRL maturity levels along with justification (see attachment of Technology Readiness Assessment Guide dated February 2020)

Reponses to this RFI must be submitted no later than 20 April 2022, 5:00 PM EST, and shall be transmitted electronically to Dane Cooper [email protected]

DISCUSSIONS

One-on-one information gathering sessions with respondents are currently not contemplated.  The USG may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided.  The USG is under no obligation to conduct these sessions.  The USG does not commit to providing a response to any comment or questions.  Any revision to this RFI based on comments received remains solely at the USG’s discretion.  These initiatives may ultimately result in the USG developing and issuing an RFP for respondents.  The above information is for sources sought only. 

SPECIAL NOTICE

Respondent’s attention is directed to the fact that contractor consultants and advisors to the USG will review and provide support during review and evaluation of submittals.  When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the USG.  All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements.  The USG shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data.  Submissions in response to this RFI constitute approval to release the submittal to Government Support Contractors.

Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997):

(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.

(b) Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.

(c) This solicitation is issued for the purpose of collecting Government Market Research, a process for obtaining the latest information on the ‘art of possible’ from industry with respect to their current and near-term abilities

Contracting Office Address:

AFLCMC/WNU Aeromedical Branch

Attention: Dane Cooper

1981 Monhan Way

Bldg 12

WPAFB, OH 45433

Primary Point of Contact:

Dane Cooper

Contracting Officer

Dane.[email protected]

Phone:

Secondary Point of Contact:

Dr, Lindy Lutz

Program Manager

[email protected]        

Phone: 484-538-8197

Bid Protests Not Available

Similar Past Bids

Lane South carolina 15 Jan 2014 at 1 PM
San antonio Texas 23 Jul 2008 at 4 PM
Force Pennsylvania 09 Sep 2016 at 8 PM
Scott air force base Illinois 08 Oct 2008 at 1 PM

Similar Opportunities