Skip to main content

An official website of the United States government

You have 2 new alerts

Vital Sign Devices

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 12, 2024 02:02 pm EDT
  • Original Response Date: Jul 22, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Frederick , MD 21702
    USA

Description

Notice of Intent to Sole Source (HT9425-24-NOI-JS01)

This is a Notice of Intent (NOI) to Sole Source award on the basis of other than full and open competition in accordance with the Federal Acquisition Regulation (FAR) 6.302-1, as only one responsible source and no other supplies or services will satisfy agency requirements. This is not a Request for Quotes or Proposals. No contract award will be made on the basis of the responses to this notice. The purpose of this notice is to allow interested parties to assert and explain their capability to satisfy the requirement described.

The U.S. Army Medical Research Acquisition Activity (USAMRAA) located at 808 Schreider Street, Fort Detrick, MD on behalf of Telemedicine & Advanced Technology Research Center (TATRC), intends to award a sole source firm fixed price contract to Lifeware Labs to supply TATRC with ProPatch vital sign devices.

Required Capabilities

TATRC is seeking wearable vital signs monitors, specifically vital signs monitors in the form factor of adhesive patches that can be placed onto casualties and connected via Bluetooth.

  • Measure heart rate, respiration rate, oxygen saturation and if possible, blood pressure
  • Connect via Bluetooth
  • Have an open software development kit (SDK) that allows for custom software for streaming vitals data to connect to the patch and stream vitals to a data aggregation device such as a Windows Tablet or Android smartphone
  • Vitals data must not be locked behind proprietary applications nor be required to connect to cloud servers
  • The SDK must not be cost prohibitive for research, i.e. large fees, reoccurring fees

Eligibility

The applicable North American Industry Classification System (NAICS) code for this requirement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except nanotechnology and Biotechnology)

Submission Details

Responses should appear on company letterhead and includes affirmation of active registration in the System of Award Management (SAM), your qualifications and any other applicable data or information. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned.

Your response to this NOI, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Jennifer Sikes, in either Microsoft Word or Portable Document Format (PDF), via email to jennifer.m.sikes2.civ@health.mil no later than (NLT) 2:00 p.m. ET on 22 July 2024 and reference this Notice ID number in the subject line of your e-mail and on all enclosed documents. All data received in response to this NOI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Responses to this notice will be used to determine the availability of this type of product and/or service. All responsible sources may respond to this notice and all responses will be considered by the agency.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History