Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2018 FBO #6179
SPECIAL NOTICE

D -- Deployed Tele-Radiology System (DTRS). The requirement will sustain the DDTRS that provides in-theater users with deployed imaging capability

Notice Date
10/22/2018
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office-DHMS, 1501 Wilson BLVD, Suite 600, Rosslyn, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
HT0038-18-R-0002
 
Archive Date
11/21/2018
 
Point of Contact
Mallory C. Person, Phone: 7035885833
 
E-Mail Address
mallory.c.person.civ@mail.mil
(mallory.c.person.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO SOLE SOURCE Subject: Deployed Tele-Radiology System (DTRS) Sustainment The Defense Health Agency (DHA), Contracting Office Defense Healthcare Management Systems (CO-DHMS), on behalf of the Joint Operational Medicine Information Systems (JOMIS), Program Management Office (PMO), intends to issue a sole source, Cost Plus Fixed Fee (CPFF)/ firm fixed price (FFP) contract under the authority of 10 U.S.C. 2304 (c) (1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. If the Government proceeds with the intended action, written solicitation HT0038-18-R-0002 will be issued to: Nexsys Electronics, Inc., dba Medweb 70 Zoe Street, Suite 100 San Francisco, CA 94107 The proposed North American Industry Classification System (NAICS) code for this effort is 541511, (size standard $27.5 million). This requirement will sustain the Deployed Tele-Radiology System (DTRS) that provides in-theater users with deployed imaging capability. This capability improves the quality, timeliness, and availability of stored images to medical treatment decision makers and facilities when patients require follow-up treatment. The services under this requirement are currently under contract HT0011-13-F-0052, which resulted from full and open competition. The DTRS serves as the local Picture Archiving Communications System (PACS) providing tele-radiology services to deployed forces in the CENTCOM Area of Responsibility. The servers combine the functions of a PACS archive, Digital Imaging Communication in Medicine (DICOM) web server, telemedicine web server, Ethernet Proxy gateway, Virtual Private Network encryption router, and satellite enhanced DICOM internet tunnel. The DTRS servers receive, store, and transmit medical images acquired from diagnostic imaging devices (e.g., Computed Radiography x-ray, Computed Tomography, and ultrasound). Diagnostic workstations running the Medweb client application provide the presentation and manipulation of DTRS PACS images. HT0011-13-F-0052 expires on 23 DEC 2018. DTRS is not being replaced by JOMIS Increment 1, but modernization or replacement of DTRS will be considered in future JOMIS increments. Until such time as DTRS is modernized or replaced, the Government is procuring the services required to sustain the deployed capability are highly complex due to the engineering dependencies on other in-theater systems, cybersecurity requirements in a warfighting environment, and the criticality of the capability to three major theater hospitals. Further, replacing this follow-on action with new PACS and DICOM capabilities would result in substantial duplication of cost that would not be recovered through competition and unacceptable delays in fulfilling the requirement. Notably, a new system would have to be configured and integrated (or developed), new interfaces to other external systems would need to be implemented, cybersecurity hardening and accreditation would be required, and the fully configured system would require testing and validation prior to being deployed and connected. Once these activities were complete, the system would need to be deployed throughout the CENTCOM AOR, existing imaging data would need to be migrated, and end users would need to be re-trained on how to operate the new system. Each of these steps would require significantly more time than sustaining the already deployed system and would result in considerable duplication of effort as each of these actions has already been completed for DTRS. Further, during the initial acquisition of the system, the Government did not obtain sufficient data rights or technical data packages to allow for the extraction of data in a useable format from DTRS and a migration to any new system would require that system to be compatible with the DTRS architecture, the description of which is proprietary to Medweb. In order to enable this migration, the Government would need to enter negotiations with Medweb to obtain the appropriate rights, which would require additional time and cost, and no resulting agreement is assured or certain. Accordingly, the Government deemed the highly specialized services to be available only from the original source for this follow-on action. Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing these services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this synopsis within 15 calendar days of publication, and must clearly demonstrate their ability to successfully fulfill all of the above requirements without substantial duplication of cost and unacceptable delay. The Government reserves the right not to respond to any expressions of interest received. Any comments, questions, or concerns regarding this notice may be submitted IN WRITING via e-mail to Mallory Person, Contract Specialist at Mallory.c.person.civ@mail.mil. No telephone responses will be accepted. Submissions will NOT be reimbursed by the Government and the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for informational purposes only. Any Justification & Approval resulting from a decision to award the proposed sole source action will be posted on this website. All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submissions will not be returned nor will the Government confirm receipt of submissions. In addition, respondents should be aware that the JOMIS Program Office may utilize contractor support personnel from the below listed companies (under existing contracts) to review responses and information submitted. These companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent's proprietary data. Submissions MUST clearly state whether permission is granted allowing the program office support contractors identified below access to any proprietary information. The MITRE Corporation Booz Allen Hamilton, Inc. SeKON Corporation Information Technology Solutions & Consulting, LLC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6db5797fdc25a3a6cc687024e56df21f)
 
Record
SN05131107-W 20181024/181022230533-6db5797fdc25a3a6cc687024e56df21f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.