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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 9:30 PM UTC
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.
Jan 3, 2025, 2:04 AM UTC
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.
Nov 26, 2024, 8:00 AM UTC
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.
Jan 3, 2025, 2:04 AM UTC
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.
Jan 3, 2025, 2:04 AM UTC
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.
Nov 26, 2024, 8:00 AM UTC
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.
Jan 3, 2025, 2:04 AM UTC
Nov 26, 2024, 8:00 AM UTC
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.
Jan 3, 2025, 2:04 AM UTC
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
Biosafety Cabinet Maintenance and Certification BPA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across the Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to supply trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of medical equipment used in military healthcare settings. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.civ@health.mil.
OXYGEN BOOSTER PUMP
Buyer not available
The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for an Oxygen Booster Pump under a total small business set-aside contract. The procurement requires a brand-name product that meets specific technical characteristics, including the ability to fill multiple bailout bottles with aviators' breathing oxygen at designated pressures, and must be approved for Navy use. This equipment is critical for ensuring the operational readiness and safety of military personnel. Interested vendors must submit their quotes by 8:00 AM MST on May 16, 2025, to the contracting officer, William T. Brown, at william.t.brown68.civ@army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
Compressor and hose
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking proposals for the procurement of a High Pressure Air Compressor (HPAC) and associated hose for use on the USS Bataan. The requirement includes a compressor capable of producing a final pressure between 2700-3300 PSI with a discharge capacity of 19.8 Standard Cubic Feet per Minute (SCFM), along with a 75-foot hose compatible with the ship's air inlet system. This equipment is critical for enhancing operational efficiency and self-sufficiency aboard naval vessels, particularly for recharging Self-Contained Breathing Apparatus (SCBAs) and providing backup to the ship's low-pressure air system. Interested vendors must submit their quotes by the specified deadline, and all inquiries should be directed to Elysia Allen at elysia.m.allen2.civ@us.navy.mil, with a required delivery date of 24 weeks after receipt of order.
16--CONCENTRATOR,OXYGEN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of an oxygen concentrator, identified by NSN 7R-1660-016781742-V2, with a quantity of 160 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which requires that only approved sources with the necessary design capabilities and technical data may participate in the bidding process. Interested parties must submit their proposals along with the required source approval documentation within 45 days of this presolicitation notice, and should direct inquiries to Kristin Clemens at (215) 697-3814 or via email at KRISTIN.CLEMENS@NAVY.MIL.
1680 - FMS Repair of OXYGEN CONCENTRATOR (3 units)
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking qualified contractors to repair three units of oxygen concentrators for the E-2 aircraft, specifically for the country of Japan. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned items to operational condition, adhering to strict quality and regulatory standards. This repair is critical for maintaining the operational readiness of the Navy's weapon systems. Interested parties must submit their capability statements within five days of the notice, and for further inquiries, they can contact Kristin Clemens at (215) 697-3814 or via email at KRISTIN.CLEMENS@NAVY.MIL.
Amendment 1 to RFQ HT942525Q0039 Dust Settling Chamber
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking qualified small businesses to provide a Dust Settling Chamber along with its components and proprietary software. The procurement requires the chamber to meet specific standards, including IEC compliance and precise temperature and humidity controls, with a minimum capacity of 900 liters. This equipment is crucial for research purposes within the military health sector, ensuring compliance with regulations related to telecommunications and national security. Interested vendors should submit their quotes in response to solicitation number HT942525Q0039, and for further inquiries, they can contact Richard Trunnell at richard.k.trunnell.civ@health.mil.
Air Compressor Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting quotes for air compressor maintenance services at the Bradley Air National Guard Base in East Granby, Connecticut. The primary objective is to perform preventative maintenance on critical equipment, including a Powerex Breathing Air Compressor and a Hankinson Breathing Air Dryer Unit, ensuring operational readiness for both peacetime and wartime scenarios. Qualified contractors will be required to adhere to security protocols, including background checks and obtaining necessary access credentials, to maintain the integrity of government facilities during the maintenance project. Interested parties must submit their written quotes via email to TSgt Delmar Munoz by 5:00 PM EDT on May 5, 2025, with questions due by April 29, 2025, and a contract value structured as Firm Fixed Price under NAICS code 811310.
N0018925Q0225 Thermal Vacuum Chamber
Buyer not available
The Department of Defense, through the Naval Supply Fleet Logistics Center Norfolk, is soliciting proposals for a Thermal Vacuum Chamber, exclusively set aside for small businesses. This procurement includes a new cylindrical vacuum chamber, a cold plate, a turbomolecular pump system, a cryopump system, three gate valves, and one year of warranty and technical support, emphasizing the importance of compliance with federal acquisition regulations. Proposals must be submitted electronically by April 28, 2025, and vendors are required to be registered in the System for Award Management (SAM) to ensure their eligibility. Interested parties can direct inquiries to Claudette Jones at claudette.j.jones.civ@us.navy.mil or by phone at 757-758-0689.
58--MODULE,HPOI DWN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of the MODULE, HPOI DWN, which is critical for electronic countermeasures and related systems. The procurement requires adherence to strict quality assurance standards, including compliance with MIL-STD-130 for marking and ISO 9001 for quality systems, ensuring that all supplied materials are free from mercury contamination due to their application in submarines and surface ships. Interested contractors must submit their proposals via NECO or email by the extended deadline of 4:30 PM Eastern USA time on May 9, 2025, and can direct inquiries to Daniel C. Shepley at 717-605-7043 or via email at Daniel.C.Shepley.civ@us.navy.mil.