Hyperbaric Chamber
ID: FA520525QB004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5205 35 CONS PKAPO, AP, 96319-5201, USA

NAICS

Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers (423450)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hyperlite 1 Portable Hyperbaric Chamber, along with associated training and maintenance services, to be delivered to Misawa Air Base in Aomori, Japan. The procurement includes a comprehensive package that encompasses a no-downtime maintenance pack, a five-year preventative maintenance plan, and training for operations, patient care, and service/maintenance, ensuring that the chamber meets military specifications and is capable of running United States Navy Dive Table 6 treatments during various modes of transportation. This initiative is critical for enhancing medical capabilities, particularly in hyperbaric therapy, and ensuring the readiness of medical personnel in emergency situations. Interested vendors must submit their quotations by January 24, 2025, and direct any inquiries to the primary contacts, Hunter Closs and Joshue Madilar, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Contract Data Requirements List (CDRL) essential for federal contracting, specifically regarding the submission of data in compliance with requirements outlined in the Statement of Work. The CDRL includes key components such as data item numbers, titles, subcontract references, submission dates, distribution instructions, and pricing information. Each data item is categorized by type—Technical Data Package, Technical Manual, or Other—indicating its purpose within the contract. The document guides contractors in detailing data requirements, submission frequencies, and distribution protocols, while also specifying pricing groups that categorize the effort involved in data preparation. The overarching goal is to ensure the government receives essential data that supports contracted systems or items, while maintaining compliance with federal regulations governing data acquisition and utilization. This structured approach facilitates efficient management and oversight of contractual obligations within federal and state procurement processes.
    The document outlines a series of clauses incorporated by reference related to government contracts, particularly those involving the Department of Defense (DoD). Key clauses address various compliance areas, including the compensation of former DoD officials, employee whistleblower rights, antiterrorism training for contractors, procurement restrictions related to certain foreign regimes, and environmental considerations. Notable clauses include those mandating the unique identification of items delivered to the government, stringent reporting requirements, and prohibitions on the use of certain telecommunications equipment and services. The document emphasizes compliance with federal standards, ensuring contractors are aware of their responsibilities pertaining to both legal compliance and ethical operations. The structure includes a numbered listing of clauses, detailing their purpose and year of implementation. This structure aids contractors in understanding the implications of each clause upon engaging in contract work. Overall, the document serves as a vital resource for contractors bidding on federal contracts, providing clear directives on compliance and operational integrity as mandated by federal law, thus facilitating accountability and transparency in government contracting processes.
    The document outlines the DD Form 1423, a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) for collecting information associated with federal contracts. Its primary purpose is to detail the data items required under a contract, including technical manuals and other related documents. Each item is categorized and requires specific details like title, authority, contractor information, and submission timelines. Key sections include the identification of the system/item involved, the frequency of submissions, and the distribution of required documents. The form highlights the estimated total price associated with each data item and provides guidance on completing the form correctly. Additionally, the document includes instructions for the contractor to understand how to categorize pricing for data items according to set groups based on the item's relevance and additional work required. This structured approach aims to ensure compliance with government standards and facilitate the efficient procurement of necessary technical documentation and support materials for government contracts. Overall, the DD Form 1423 serves as a critical tool in aligning government expectations with contractor deliverables.
    The document outlines a federal government Request for Proposal (RFP) pertaining to the acquisition of a Hyperlite 1 Hyperbaric Chamber and associated equipment. It specifies various components required, including inflatable tube assemblies, cover assemblies, window assemblies, hoses, and regulators, each with their corresponding part numbers and quantities. Additional items include ancillary equipment such as the SOS atmosphere monitoring system, treatment kits, maintenance kits, and various gauges for monitoring pressure and gas levels. The structure of the document is divided into two parts, detailing item specifications followed by specific quantities for additional equipment and accessories. The main purpose of the document is to provide a comprehensive inventory of necessary components for a hyperbaric chamber setup, reflecting the federal government's detailed procurement process for medical and emergency response equipment. This initiative underscores the government's commitment to ensuring adequate resources for critical medical services, particularly in hyperbaric therapy and related fields. The document serves as an essential guideline for potential vendors to understand the specific needs and standards expected in their proposals.
    The Statement of Work outlines the contractor's responsibilities for providing Hyperbaric Chamber Training and Certification at Misawa Air Base, Japan, for the 35th Medical Group. The contractor must deliver a five-day training course on the operation and patient care for up to ten clinicians, in addition to a one-day servicing and maintenance course for five biomedical repair technicians. Training is scheduled between March and September 2025 and includes various required certifications upon successful completion. The contract emphasizes the necessity for practical and theoretical examinations, a quality control program, and compliance with government security mandates. The contractor is also responsible for furnishing an operations manual, maintenance plan, and ensuring physical security of government property. Overall, this document serves as a guide for the training and certification process for medical personnel and technicians, ensuring they are properly prepared for the operation, servicing, and maintenance of the Hyperlite 1 Portable Hyperbaric Chamber system, while also adhering to strict security and quality assurance measures.
    The document is currently inaccessible for analysis due to format issues with the PDF viewer. As a result, its main topic and key ideas cannot be directly extracted or summarized. It is recommended to upgrade the PDF viewer for proper document viewing or use alternative tools to access the relevant content. This situation underlines the importance of having compatible software for the review of government files related to federal RFPs, grants, and local procedures, which often contain critical information for stakeholders involved in public sector contracting and project funding.
    The document appears to be a placeholder indicating an issue with accessing PDF content, specifically a government file related to federal RFPs, grants, or state and local RFPs. It suggests upgrading to the latest version of Adobe Reader for proper display and outlines basic information about the software compatibility. The lack of substantive content limits the ability to extract key ideas, main topics, or supporting details associated with government RFPs, grants, and proposals. Therefore, analysis and summarization cannot be performed as intended due to the absence of relevant document information. Clarification or a functional document would be required to develop a comprehensive summary regarding the federal or state programs in question.
    The report evaluates the SOS, Ltd., Hyperlite Emergency Evacuation Hyperbaric Stretcher (EEHS), Model 24/88/SAT/70, designed for transporting individuals with decompression sickness. Conducted by the Air Force Research Laboratory, the evaluation aimed to ensure the device met operational safety standards for aeromedical evacuation on USAF aircraft. The EEHS features a portable pressure chamber with comprehensive systems for oxygen supply, communication, and patient monitoring, capable of withstanding depths of 69 feet seawater. The testing included performance checks under various conditions—vibrational, thermal, and environmental—ensuring it operated effectively in simulated flight environments. Results indicated acceptable performance for all components except the internal stretcher, which failed quality standards and required redesign. The device is approved for use on USAF aircraft, barring tanker models until further explosive vapor testing is complete. Recommendations for safety, including additional securing straps and regular inspections of components, were noted to enhance operational efficacy and patient care during air evacuation missions. This evaluation underscores the commitment to improving aeromedical capabilities within the USAF and ensuring the safety of personnel in high-risk situations.
    The document provides a comprehensive technical report on the testing and evaluation of the SOS, Ltd., Hyperlite Emergency Evacuation Hyperbaric Stretcher (Model 24/88/SAT/70) developed for the United States Air Force. It details the design, functionality, and testing procedures of the portable hyperbaric chamber, which is intended for transporting individuals suffering from decompression sickness or gas embolism during emergency evacuations. Key evaluations included inspections for construction quality, vibration resistance, electromagnetic compatibility, and performance under varying environmental conditions. Testing demonstrated that while the unit largely met operational requirements, issues such as separation of the outer covering and deficiencies in the internal stretcher design were noted. Additionally, the document emphasizes the necessity for modifications to enhance safety and efficiency during transport, especially aboard aeromedical evacuation aircraft. Recommendations include improved securing methods for oxygen tanks and better patient comfort provisions. Overall, the report serves to inform stakeholders about the viability and safety of the Hyperlite system for military use while highlighting areas needing attention before broader deployment in aeromedical environments.
    This document is a government solicitation (FA520525QB004) for commercial items, specifically related to a hyperbaric chamber and associated training services. The Government intends to award a contract to the lowest priced, technically acceptable vendor, contingent on available funding. Proposals must be submitted by December 13, 2024 (Japan Standard Time), and include comprehensive details such as company information, delivery terms, a training program outline, and a completed Contract Data Requirement List (CDRL). The delivery location is Misawa Air Base in Japan. Vendors must be registered with the System for Award Management (SAM) and the Wide Area Workflow (WAWF) system, ensuring compliance for electronic payments and proper processing. The evaluation will prioritize technical acceptability based on specific criteria, including the completeness of line items, instructor qualifications, and a five-year maintenance plan. Contact points for further inquiries are provided, emphasizing adherence to regulatory frameworks throughout the procurement process.
    The document outlines a government solicitation (FA520525QB004) for the procurement of commercial items, specifically hyperbaric chamber training and equipment. It indicates that funds are currently unavailable, and any award will depend on future funding. The government retains the right to cancel the solicitation at any stage without reimbursement for incurred costs. Offerors must respond with a quotation by January 24, 2025, providing essential company details and specific pricing for line items listed in the attached exhibit. Technical requirements emphasize that all quoted items must match specified brand names, necessary training topics must be covered, and qualifications of trainers must demonstrate practical experience. An evaluation will prioritize the lowest priced offer that meets technical acceptability criteria, stopping further evaluation upon identifying a compliant bid. Proposals must include completed forms and adherence to payment processing requirements via the System Award Management (SAM) and Wide Area Work Flow (WAWF). The document underscores the importance of contractual terms, conditions, and required certifications. Government contacts are provided for queries related to the solicitation. This invitation follows federal processes for transparency and accountability in acquiring goods and services for the government.
    Lifecycle
    Title
    Type
    Hyperbaric Chamber
    Currently viewing
    Combined Synopsis/Solicitation
    Special Notice
    Similar Opportunities
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Reduced Oxygen Breathing Device (ROBD) Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance and repair of Reduced Oxygen Breathing Devices (ROBD) to Environics, Inc., a Woman-Owned Small Business. The contract will encompass both scheduled and unscheduled maintenance services, including repairs for critical components such as gas regulators and oxygen sensors, essential for aircrew and military freefall parachutist operations. The anticipated contract period includes one base year and four optional 12-month periods, with a focus on timely repairs and customer support, requiring responses from interested parties by December 29, 2025, at 2:00 PM CST. For further inquiries, interested parties may contact Courtney Carter at courtney.carter.6@us.af.mil.
    CHAMBER ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting quotes for the repair of a Chamber Assembly. The procurement aims to secure a repair turnaround time (RTAT) of 230 days for the Chamber Assembly, which is critical for waste disposal equipment, as indicated by the associated PSC code 4540. This contract emphasizes the importance of timely repairs to maintain operational readiness and compliance with military standards. Interested contractors must submit their quotations by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at 717-605-1884 or via email at JOSEPH.D.WEAVER22.CIV@US.NAVY.MIL.
    JJ-CCR (Closed Circuit Rebreather) Underwater Breathing Apparatus (UBA)
    Dept Of Defense
    The Department of Defense, specifically the Naval Special Warfare Command (NSWC), intends to award a Firm-Fixed-Price purchase order for the procurement of JJ-CCR (Closed Circuit Rebreather) Underwater Breathing Apparatus (UBA) to Extreme Exposure. This procurement is classified under commercial services and follows the Federal Acquisition Regulation (FAR) guidelines, with the contract being sole sourced due to the unique capabilities of the supplier. The JJ-CCR UBA is critical for underwater operations, enhancing the safety and efficiency of special operations forces. Interested parties may submit a capability statement by 10:00 a.m. (EST) on December 17, 2025, to Emily Lonigro at emily.lonigro@socom.mil, although no solicitation package is available for this opportunity.
    TADD BELLMOUTH
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Maritime - Pearl Harbor, is soliciting proposals for the supply of a "TADD BELLMOUTH" (P/N: 04-15-210) under a total small business set-aside. The procurement requires adherence to specific manufacturing and inspection standards, including compliance with various military specifications and a mercury exclusion clause, with a delivery deadline set for January 30, 2026. This equipment is crucial for aircraft maintenance and repair operations, ensuring operational readiness and safety. Interested vendors should contact Tehani Diaz Zelaya-Rios at Tehani.E.DiazZelayaRios.civ@us.navy.mil or call 808-473-8000 for further details and to confirm manufacturer information in their submissions.
    Large Hydrostatic Test Chamber Design and Fabrication
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking sources for the design and fabrication of a Large Hydrostatic Test Chamber. This procurement aims to secure services related to the design, fabrication, and installation of large-diameter pressure vessels, which are critical for testing and evaluation purposes within naval operations. Interested organizations are invited to submit tailored capability statements that detail their qualifications and experience, along with organizational information, by 9:00 a.m. Eastern on December 17, 2025. For further inquiries, potential respondents can contact Kylie Cox at kylie.cox3.civ@us.navy.mil, and a Performance Work Statement (PWS) is available upon request.
    SimMan Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a Sources Sought Announcement for maintenance services of Laerdal SimMan medical training equipment at Mountain Home Air Force Base in Idaho. The contractor will be responsible for providing all necessary personnel, labor, management, supplies, and equipment to perform yearly preventative maintenance and extended warranties for one Laerdal SimMan 3G, one SimJunior, and one SimBaby Trach, ensuring compliance with the Performance Work Statement and relevant regulations. This maintenance is crucial for the operational readiness and training capabilities of medical personnel at the base. Interested small businesses are encouraged to submit their company information, including SAM UEI and Cage Code, to the primary contacts, A1C Calix Delgado and 2d Lt Nathan Polk, by the specified deadline to express their interest and capability in fulfilling the requirements.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    25--CHAMBER,AIR BRAKE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of air brake chambers, specifically NSN 2530016807095, with an initial order quantity of 7 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total order value reaches $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The air brake chambers are critical components for vehicular equipment, ensuring safety and functionality in various military and logistical operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.