This Sources Sought is for market research and planning purposes only. The purpose is to gain knowledge of the interest, capabilities and qualifications of Industry that can be used to satisfy the requirement. It is not to be construed as a commitment by the Government, nor is it to be considered as a Request for Proposal (RFP), or as an obligation on part of the Government to acquire any products or services.
Objective: The US Army Contracting Command - New Jersey is issuing this Sources Sought to survey the market for potential suppliers of Medical Trauma Care Simulation Manikins. The manikins must accurately and realistically resemble the physical, anatomical features and composition of the human and K9 dog body. The Simulation Manikins (male, female and canine) need to demonstrate the most accurate and realistic physical characteristics and medical symptoms/ conditions encountered on a human body. The manikin must enable the medical care professional the ability to conduct advanced medical treatment such as open wound care (Gun Shot, Lacerations, etc.) amputation, crushed pelvic bone, hemorrhage control, incisions, suturing, tracheal intubation, chest decompression, Intravenous IV, burns, vitals assessment and monitoring pulmonary and cardiovascular functions, withstand extreme weather and roughness such as drag, drop, carried, airlift to properly simulate and exercise the treatment and evacuation of a combatant Soldier or civilian from point of injury in the Battlefield to the final fixed medical facility. The manikins must provide advance technology that includes the abilities to manage and manipulate medical simulations such as active bleeding, hemorrhage, pulmonary functions, movement of extremities, vitals and pupils changes as it occurs in the human body during stress or severe injury, and able to record and export students training data.
Manikins must have a 1-year warranty on parts and labor with an additional two-year extended warranty. Parts include body frame, faulty skin, mechanical repairs and automation component and software. Contractor would not be responsible for any damages caused by improper use.
Delivery is to be not later than 30 days after receipt of order.
The salient characteristics are as follows:
Manikin Simulator (Male/Female)
PHYSICAL CHARACTERISTICS
Body weight (MALE) 160-180 Lbs
Body weight (FEMALE) 120-160 lbs
Skin tone (Natural & Afro-American)
Male/ Female anatomy
Realistic Respiratory Capabilities
Eye Pupil adjustment (dilation/constriction)
Arterial, venus bleeding capabilities
Durable withstand extreme weather exposure and terrain (drag, scrape & water resistant, easy reconstitution)
Full motion of lower & upper extremities, Torso (realistic leg movement)
Interchangeable extremities (legs, arms, chest, lower body)
Manikin Simulator (Male/Female)
MEDICAL INTERVENTION
Capable to apply Chest Needle Decompression
Demonstrate Open Chest Wound trauma treatment
Capable to apply Intraossesous infusion (IO)
Packable open wounds, burns, Gun Shot Wound (GSW)
Capable to apply IntravenousInfusion (IV)
Primary Assessment (vitals, physical examine, measurable & adjustable pulse rate, blood pressure)
Capable to apply Tourniquet, splints, compression & occlusive dressing
Manikin Simulator (Male/Female)
RESPIRATORY MANAGEMENT
Active breathing with adjustable chest rise and fall
tension Pneumothorax
Insert an Oropharyngeal Airway
Insert an Nasopharyngeal Airway
Ability to insert a Combitube (advanced airway)
perform Surgical Cricothyroidotomy
Chest Tube Thoracic
Administer Oxygen/ SPO2 Monitoring
Manikin Simulator (Male/Female)
INJURIES
Treat Hypovolemic Shock
Head Trauma (bruising, eye dilation, Burn, blast)
Penetrating Injuries (gunshot wounds, lacerations, shrapnel)
Hemorrhage (extremities, torso)
Amputation (arm, Leg)
Crepitus ( crush pelvis)
Manikin Simulator (Male/Female)
TECHNOLOGY
Two-way audio communication
Student assessment recording
Remote control simulation, system
Simulation scenario programing
Battery operated with a/c backup
Blood Supply pump/reservoir
Interactive voice programing
Easy operation & setup
Low Maintenance
K9 PHYSICAL CHARACTERISTICS
Maximum weight 40-70 Lbs
Water & environment resistant
Barks
Bleeds
Breathing (rise & fall of chest)
Wounds (dressing, packable)
Adjustable pulse
Moveable jaw
Advanced airway management (Intertracheal tube)
Perform Surgical Cricothyroidotomy
Needle decompression
Capable to apply Intravenous Infusion (IV)
Capable to apply Intraossesous infusion (IO)
Capable to apply CPR
Student assessment recording
Remote control simulation, system
Simulation scenario programing
Battery operated with a/c backup
Blood Supply pump/reservoir
Easy operation & setup
Sources responding to this request for information must provide the following information:
1. Brief Summary of the company, to include:
Company Information
Company Name:
Company CAGE Code:
Company DUNS Number.
Company Address:
Company Website (if available):
Company Phone #:
Company email:
Company Representative and Business Title:
Company Socioeconomic Classification:
Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 333318. For more information, refer to http://www.sba.gov/content/tablesmall-businesssize-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUB Zone), Historically Black College and Universities/ Minority Institutions (HBCU/MI).
2. Does your company produce both human and canine simulators?
3. What characteristics does your product(s) possess?
4. Does your product contain a warranty? If yes, provide period of warranty as well as what specifically the warranty covers.
5. Is your product sold in the commercial marketplace? Is it available on under Federal Supply Schedules, Government-wide acquisition contracts, multi-agency contracts, or any other procurement instruments intended for use by multiple agencies, including blanket purchase agreements (BPAs) under Federal Supply Schedule contracts? If so, provide specific schedule, special item number, etc..
6. Have you sold your product to other Government agencies within the past three years? Complete one table per project, one page per table.
Agency/Customer:
Project Name:
Please provide as much of the following information as possible:
a. Contract number(s)
b. Contract value.
c. Delivery time from receipt of award.
d. Identify the agency or non-government customer Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially and where this information can be located.
e. Was the product similar to that of the above salient characteristics?
Interested parties with the products to meet the above salient characteristic should electronically submit their responses to Amber Quivers, Contract Specialist. The response should include a complete discussion of the ability to meet the above stated requirements and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor has the required capabilities for this effort. Responses should also include a cover letter
If Proprietary Information is submitted, you must clearly mark as "Proprietary" on every sheet containing such information and segregate the Proprietary Information to the maximum extent practical from other portions of your response (e.g. use an attachment or exhibit). Respondents are responsible for adequately marking Propriety Information in their response.
Amber Quivers, Contract Specialist , Phone 6095623344, Email amber.l.quivers.civ@mail.mil - Amy Sentner, Branch Chief, Phone 6095625649, Email amy.sentner.civ@mail.mil