Attachment 2 of RFI No. W911QY-25-RFI-Large CT Tool Kit is a Company & Product Information form designed to gather essential data from potential vendors. It requests detailed company information, including contact details, tax and entity identification numbers, socio-economic classifications, and registration statuses (SAM, ORCA). The form also inquires about the company's accounting systems and agreements. A critical section focuses on product support elements for medical devices in austere environments, specifically addressing supply support (familiarity with DLA E-CAT), storage requirements (temperatures, humidity), packaging challenges in hardened cases, and labeling with National Stock Numbers and IUID. This attachment is crucial for assessing a vendor's capability to supply and support medical devices under specific government requirements.
The Department of War (DoW) has issued a purchase description for a Computerized Tomography (CT) Tool Kit, intended for maintaining and repairing CT scanners used in military medical operations. The kit comprises both general and brand-specific specialized tools, including various greases, sealants, wrenches, gauges, and electronic diagnostic equipment. All components, except for a dehumidifier, must be stored in a reusable, hardened case designed to meet military standards for high temperature, low temperature, rain, vibration, and shock. The kit also requires a packing list with a diagram of all components and specific tools like the Leakage Current Test Adapter, Belt Tension Gauge, Feeler Gauge, Digital Protractor, Digital Level, and Torque Wrenches must be calibrated upon shipment, with accompanying certification and manuals. The CT tool kit cases must also feature an identification label in accordance with MIL-STD-130, including the NSN: 5180-01-727-8236 and Nomenclature: CT Maintenance Tool Kit.
Program Executive Office (PEO) Soldier, Soldier Medical Devices (SMD), located in Frederick, Maryland, has issued a Request for Information (RFI) to explore commercial solutions for a Siemens computed tomography (CT) maintenance tool kit. This RFI, defined in FAR 15.201(e), serves solely for market research and planning purposes; it is not a solicitation, and no offers will be considered. The government seeks information on commercially available kits for Army biomedical technicians (BMETs) to maintain Siemens CT machines. Interested and qualified sources are encouraged to submit electronic white papers detailing product specifications, delivery schedules, Berry Compliance and TAA status, ISO 9001-2015 certification, and rough order of magnitude pricing for assembly processes. Submissions should also address logistics and integrated product support elements, including storage temperatures, packaging challenges for hardened cases, and labeling with National Stock Numbers and Item Unique Identification (IUID). Responses should be sent via email to Patrick J Wallace and Trish R Scott by the deadline indicated in SAM.gov.
This Statement of Work outlines the requirements for producing 22 Computerized Tomography (CT) Tool Kits for Soldier Medical Devices. Each kit will include specific greases, sealants, various wrenches, gauges, and other tools, all to be housed in a reusable, hardened Pelican case designed to meet military standards (MIL-STD810H) for high temperature, low temperature, rain, vibration, and shock. The dehumidifier is the only exception to being stored in the case. The contractor is responsible for furnishing personnel, facilities, equipment, and materials, and ensuring all components, excluding the dehumidifier, are secured with protective foam. Deliveries will be Freight on Board (FOB) destination to the United States Army Medical Materiel Agency in Tracy, CA, with a DD-250 packing list attached. The project is subject to the Berry Amendment, requiring domestic commodities, and mandates a Quality Management System compliant with ISO 9001-2015. The contractor must provide calibration information and ensure calibration upon shipment for specific tools like torque wrenches and gauges. A primary point of contact is required to manage all contractor and subcontractor activities, including post-award and weekly teleconferences.