SOURCES SOUGHT
65 -- Patient-based, image-related dose tracking software
- Notice Date
- 10/2/2012
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-DOSETRACKING-RFI
- Archive Date
- 11/1/2012
- Point of Contact
- Tameka N Davis, Phone: 301-619-1677
- E-Mail Address
-
tameka.davis@med.navy.mil
(tameka.davis@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to solicit a REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. THIS IS A REQUEST FOR INFORMATION ONLY as defined in FAR 15.201(e). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The Government is in need of information on potential sources to provide patient-based, image-related dose tracking software for the US Navy. The intent is to monitor patient dose across all Navy medical facilities and all imaging modalities utilizing ionizing radiation. BACKGROUND: US Navy medicine provides state-of-the-art imaging services to active duty personnel and their dependents as well as military retirees. Medical imaging using ionizing radiation is an important tool for non-invasively assessing and diagnosing various medical conditions and disease. High quality imaging does require the use of x-rays that may result in a small risk to patients. The US Navy intends to provide high quality imaging in a low dose manner and requires centrally accessible patient dose tracking software by the end of fiscal year 2013. The requirements for patient dose tracking software are as follows: 1. Patient Dose Information: The US Navy requires modality-specific dose metric information such as CTDIvol, DLP, KAP or DAP as reported in the vendor DICOM structured report or using validated optical character recognition (OCR) techniques for stripping pertinent data from screen saves. The Navy prefers to obtain patient-specific (e.g., size, weight, age) equivalent organ dose and whole body effective dose. The Navy also prefers access to all related variables and parameters such as conversion coefficients and patient-size coefficients. 2. Modality Support: The US Navy requires vendor neutral support for computed tomography (CT) and prefers support for digital and computed radiography, fluoroscopy, mammography, mammographic tomosynthesis, nuclear medicine as well as combined modalities. 3. Dose Reporting: The US Navy requires individual and cumulative dose tracking with reporting/filtering by technician, referring physician, interpreting radiologist; by scanner, study name/protocol, imaging parameter (kVp or mAs) or anatomical; or by department, facility, or region. Reporting dashboards should be flexible without programming support and the system should generate alerts based on protocol settings, patient-specific dose, or user-defined limits. Data should be updated in near real-time with controlled, user-defined access. The Navy prefers a system that provides automated mapping of anatomic regions or organs based on information available through DICOM archives such as image data and image metadata rather than the radiology information system (RIS). Mapping algorithms should be validated. 4. Information Technology (IT): The US Navy requires that the solution be a browser-based application, can receive DICOM/RIS and HL7 data, can integrate with commercial Picture Archive and Communication Systems (PACS) and may integrate with dictation or transcription systems. The US Navy is divided into two regions, NAVMEDWEST and NAVMEDEAST. Data should be accessible within and between regions and accessible to the Navy Bureau of Medicine and Surgery (BUMED). 5. Installation: Vendor shall meet Department of Defense (DoD) Information Assurance Certification and Accreditation Process (DIACAP) requirements for installation on the DoD network. PERFORMANCE REQUIREMENTS: Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institution Name, Address, Point of Contact, Cage Code, Phone Number, Email address, and Webpage URL, business size standard, and business classification and a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Capability statements should be e-mailed to Tameka Davis at Tameka.davis@med.navy.mil. If contractors are unable to provide a response that encompasses all of the requests detailed above, an email explaining why this isn't feasible is appreciated. Responses shall be submitted NO LATER THAN 31 October 2012. Please limit responses to no more than 20 pages. Marketing materials are not a sufficient response to this RFI. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645-DOSETRACKING-RFI/listing.html)
- Place of Performance
- Address: Frederick, Maryland, 21701, United States
- Zip Code: 21701
- Zip Code: 21701
- Record
- SN02907139-W 20121004/121002235344-8fc327b3f1305ba3f681c440448d829e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |