Autonomous Infusion Pump Request for Information
ID: FA805225AFMED1006Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8052 773 ESSSAN ANTONIO, TX, 78236-0119, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Air Force Medical Command (AFMEDCOM), is issuing a Request for Information (RFI) to identify market capabilities for an autonomous infusion pump designed to enhance patient care in military environments. The RFI seeks information on products that can provide real-time, adaptive fluid resuscitation, thereby alleviating provider workload and minimizing medical errors in resource-limited situations. This initiative is crucial for improving operational efficiency and patient safety within the Air Force Medical Service, as it aims to develop a reliable and innovative medical device that meets stringent safety and performance standards. Interested companies, both large and small, are encouraged to respond by April 30, 2025, and can direct inquiries to Wayne Pernell at usaf.detrick.afmra.mbx.sg5t-market@health.mil.

Point(s) of Contact
Files
Title
Posted
The Air Force Medical Command (AFMEDCOM) is issuing a Request for Information (RFI) to assess market capabilities for an autonomous infusion pump designed to enhance patient care in military environments. The RFI aims to identify existing products capable of providing real-time, adaptive fluid resuscitation, alleviating provider workload and minimizing medical errors in situations with limited resources. Companies, both large and small, are encouraged to respond, particularly those within the Surgical and Medical Instrument Manufacturing industry (NAICS 339112). Respondents are asked to describe their capabilities and provide details on how their products align with the key system attributes needed for this device. The RFI includes forms for potential respondents to complete, with a total of 68 Key System Attributes outlined separately. Submission deadlines are established, with the response to be delivered via email and replies expected from companies by April 30, 2025. This RFI aims to improve operational efficiency and patient safety within the Air Force Medical Service by exploring innovative medical devices.
The document is a response form outlining the key system attributes (KSA) required for an autonomous infusion pump intended for medical use. It details a series of essential criteria that the vendor must meet, including compliance with ISO and FDA safety standards, automation capabilities that incorporate patient physiology, and user-friendly interfaces. The infusion pump should support multi-channel operations, maintain historical infusion records, and ensure the safety of alarm functionalities. Other vital features include compatibility with various patient populations, device maintainability by biomedical technicians, and robust connectivity options for electronic health records. The pump must also be designed for durability in challenging conditions, with provisions for battery life, weight specifications, and operational noise considerations. The overall objective is to create a reliable, efficient, and safe infusion system that enhances medical care during transport and in various healthcare settings. This document serves as a guide for manufacturers responding to government requests for proposals, emphasizing the need for innovation in medical device technology while aligning with federal, state, and local standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) Maintenance & Repair - Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to gather information on potential contractors for the maintenance and repair of the Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) systems. The procurement aims to ensure the operational readiness of over 750 NPTLOX units, which are critical for providing supplemental oxygen in medical contexts, particularly during rapid response deployments. Interested parties are invited to respond with their qualifications and capabilities, as the information will assist the government in developing an acquisition strategy; responses are due by April 25, 2025, to Meredith Parker at meredith.parker@us.af.mil and SrA Liel Stroupe at liel.stroupe@us.af.mil. This RFI is not a commitment to award a contract, and the previous contract for similar services was valued at $9.4 million.
6640--Perfusor Space Infusion Pump and accessories
Buyer not available
The Department of Veterans Affairs is seeking industry input through a Sources Sought Notice for the procurement of Perfusor Space Syringe Infusion Pumps and associated accessories. The objective is to assess the capabilities and qualifications of potential suppliers who can provide FDA-approved medical equipment, including pumps, pole clamps, and power supply cords, all in new and fully operational condition. This equipment is crucial for medical applications within the VA Providence Medical Center in Rhode Island, and the contractor will be required to offer a one-year warranty covering parts, labor, and associated costs. Interested firms must be registered in the System for Award Management (SAM) and submit relevant documentation to Contract Specialist Kim McCarthy at kim.mccarthy@va.gov by the specified deadline.
Boston Scientific Neuromod Request for Information
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking sources capable of providing Boston Scientific Neuromodulation "procedural packages" for military medical facilities. These packages must include implantable devices, instrumentation sets, and ancillary accessories necessary for surgical procedures, with all products required to be FDA approved. The procurement emphasizes Just-In-Time (JIT), Direct Vendor Delivery (DVD), and consignment delivery methods, ensuring that products are available on-site at medical treatment facilities when needed, along with technical support from qualified representatives. Interested vendors should submit their responses electronically in PDF format to Rose Schofield at rose.schofield@dla.mil, as this is a Request for Information (RFI) and does not guarantee a solicitation or contract award.
Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking qualified vendors to provide Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices as part of a standardization initiative. This procurement aims to streamline the acquisition of medical supplies for Military Treatment Facilities (MTFs) across the Army, Navy, and Air Force, with an estimated annual demand of approximately $107,760. Vendors must be listed on the Qualified Suppliers List (QSL) MW-2406-38 and submit detailed pricing quotes that include discounts off established Distribution and Pricing Agreements (DAPA) by the deadline of May 1, 2025, to ensure compliance and eligibility for selection. Interested vendors can direct inquiries and submissions to Mr. Arthur B. Redmond at arthur.b.redmond.ctr@health.mil or Mr. David Sheaffer at david.v.sheaffer.ctr@health.mil.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, with a focus on Soldier Medical Devices (SMD). This initiative is critical for ensuring operational support and healthcare delivery to military personnel, emphasizing compliance with federal regulations and quality standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Integrated Power Injection Catheters
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is preparing to establish a Qualified Suppliers Listing (QSL) for Integrated Power Injection Catheters, with a presolicitation notice expected to be released around May 15, 2025. This initiative aims to solicit information and products for evaluation, focusing on catheters that are preassembled, sterile, single-use, and disposable, featuring a maximum pressure rating of at least 325 PSI and a passive safety system. These catheters are critical for providing peripheral vascular access for administering fluids, medications, and blood products. Interested vendors must have a Distribution and Pricing Agreement (DAPA) and ensure compliance with Trade Agreements Act (TAA) requirements, with further details to be provided in the upcoming QSL Announcement available on SAM.gov. For inquiries, vendors can contact MMESO Enterprise Wide Standardization at dha.detrick.med-log.mbx.mmeso@health.mil or Tara J. Perrien at tara.perrien@dla.mil.
Request for Information on Qualification of Additive Manufacturing Vendors for Airworthiness Parts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Request for Information (RFI) to qualify additive manufacturing vendors for the production of flight-critical components. This initiative aims to gather white papers detailing vendor capabilities in assessing airworthiness parts, focusing on quality management systems, material qualifications, process controls, design optimization, and compliance with relevant regulations. The DAF emphasizes the importance of a standardized qualifying approach to enhance the safety and operational readiness of its aircraft components through effective additive manufacturing. Interested vendors must submit their white papers by April 22, 2025, and can direct inquiries to Andrew Gross at andrew.gross.4@us.af.mil or Matthew Mercer at matthew.mercer.5@us.af.mil.
Offensive Small Uncrewed Aircraft Systems (sUAS) System Program Office (SPO) Low-Size, Weight, and Power and Cost (SWaP-C) Multi-Domain Communications and Data Relay End Items Request for Information (RFI)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information from industry regarding the development of Low-Size, Weight, Power, and Cost (SWaP-C) multi-domain communications and data relay systems for integration into Group 2 and Group 3 small uncrewed aircraft systems (sUAS). The objective of this Request for Information (RFI) is to gather insights on capabilities that can facilitate dynamic communications and data relay in contested environments, with a focus on solutions that adhere to Modular Open System Approach (MOSA) standards. This initiative is crucial for enhancing operational effectiveness in complex scenarios, and the Air Force is particularly interested in responses from non-traditional performers. Interested vendors must submit their responses, which should include a product specification and technology synopsis, by May 25, 2025. For further inquiries, contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Timothy Huddleston at timothy.a.huddleston2.civ@mail.smil.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
NSN4320-01-378-3398_PumpRotary_F110_PN1156M46P14_FD2030-25-01319
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought Notice to identify potential sources for the procurement of 1,500 units of a rotary pump, specifically NSN 4320-01-378-3398PR. This initiative aims to gather market research to determine whether the requirement can be met competitively or designated as a Small Business Set-Aside, encouraging participation from various business types, including Small Disadvantaged and Veteran-Owned businesses. The rotary pump is crucial for military applications, and the government is committed to exploring all potential supply avenues while adhering to federal acquisition policies. Interested vendors are invited to express their interest and submit necessary business information by contacting 421SCMSRequirements at 421SCMS.Requirements@us.af.mil, with the deadline for responses specified in the notice.