SPECIAL NOTICE
A -- MTEC Solicitation Summary: Development of an Expeditionary Medical (EXMED) mobile Command, Control, Communications, and Computers IT (C4IT) solution for integration into Expeditionary Fast Transport (T-EPF) Flight II
- Notice Date
- 11/4/2024 7:24:56 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- MTEC-25-02-EXMED
- Response Due
- 11/25/2024 9:00:00 AM
- Archive Date
- 12/10/2024
- Point of Contact
- Chuck Hutti, Phone: 8437603795
- E-Mail Address
-
chuck.hutti@ati.org
(chuck.hutti@ati.org)
- Description
- The Medical Technology Enterprise Consortium (MTEC) is excited to post this summary announcement for the MTEC-25-02-EXMED Request for Project Proposals (RPP) for an Other Transaction for prototype project focused on the development of expeditionary medical (EXMED) command and control (C2), communications, and computer (C4) information technology (IT), or C4IT, prototypes with approval to connect (ATC) to Consolidated Afloat Networks and Enterprise Services (CANES) Network Management System (NMS) and authorization to operate (ATO) on an Expeditionary Fast Transport (EPF) Flight (FLT) II that integrates and interfaces with Joint Operational Medicine Information Systems (JOMIS) solutions. As stated at the end of this announcement, the full RPP is posted to the MTEC website (mtec-sc.org); this notice is intended only to notify interested parties of the available solicitation. Background: No current capabilities fully bridge the gaps between EXMED units (e.g., expeditionary medical units or EMUs), brick-and-mortar medical facilities, and other healthcare providers, such as emergency medical service (EMS) providers. Although standards exist to facilitate data interchange, there are limited solutions that offer robust communications and computer IT packages to implement standards at all levels of care, across military and civilian healthcare organizations. Currently, many EXMED units present paper charts or verbal reports when transferring care. These methods of information exchange lead to errors, reducing timeliness and quality of care. Even within EXMED units, medical functionality is not fully interoperable; for example, information from diagnostic equipment must be manually captured in electronic health records (EHR). Further, administrative and public health functions are often disconnected from EXMED care providers, limiting visibility of logistics needs (e.g., supply) and safety considerations (e.g., disease vectors). Agile and interoperable solutions are required to improve healthcare provision both on the battlefield and at home. Mobile and rugged C4IT solutions and medical applications are required to ensure uninterrupted and secure HCD within medical units and throughout the continuum, from ERC provided during PM to hospital care. Solutions must enable interoperability across all medical and administrative functions (MEDLOG, MEDC2) and domains, securely connecting medical and support endpoints (e.g., laptops) to each other and the enterprise. C4IT solutions must achieve interoperability by implementing joint/industry communications and health IT standards (e.g., United States Core Data for Interoperability [USCDI]) and meeting cybersecurity requirements (e.g., National Institute of Standards and Technology [NIST] Risk Management Framework [RMF] as implemented by the DOD, i.e., DODI 8510.01� and related). EXMED C4IT solutions must be physically resilient, scalable, secure, and extensible. Solutions must survive and operate with limited degradation in various environmental conditions endured by EXMED units (e.g., conditions stipulated in required operational capabilities and projected operational environments instructions, e.g., OPNAVINST 3501.411), including but not limited to climatic extremes (e.g., rain, temperature extremes, coastal/ocean environments), degraded/denied external communications, and in the face of threats such as cyber attacks, electromagnetic (EM) attack/effects, and other effects of operating in chemical, biological, radiological, and nuclear (CBRN) environments. Scalability is required to ensure the solution can be tailored to meet the mobility and capacity needs of various medical units. Extensibility is critical to ensuring solutions can incorporate new functionality and additional interfaces as civilian and DOD medical technology improves. For example, C4IT must connect to various civilian health information and DOD networks (e.g., CANES, Nonclassified Internet Protocol Router Network [NIPRNET], Medical Community of Interest [MEDCOI]). Resiliency, automation, and interoperability require an innovative application of networking, communications, artificial intelligence, data storage and management, and other technologies and approaches that facilitate realizing smart hospital benefits in a distributed and expeditionary environment. Note: The full RPP contains references to the above listed resources (i.e., DODI 8510.01 and OPNAVINST 3501.411) as well as the additional references listed below. Solution Requirements: The USG is seeking a solution capable of satisfying the following requirements related to Design; Functionality and Features; Structure; Authorization(s) and Approval(s); Test and Evaluation; Installation and Delivery; Production and Sustainment; and Deliverables. Additional information and guidance documents may be provided upon award to enhance the proposed solution. Design The technical solution shall include design of two identical mobile and rugged EXMED C4IT solutions for deployment with EMUs on EPF FLT II ships. The prototypes shall be safe, usable, scalable, extensible, survivable (resilient), multimodal (operate in all expected domains, including afloat and ashore operations), and interoperable. Design shall be conducted consistent with guidance provided by the Assistant Secretary of the Navy, Research, Development & Acquisition (ASN (RD&A)) and Department of the Navy (DON) Chief Information Officer (CIO)� as well as engineering best practices, including but not limited to the employment of a model-based systems engineering approach that facilitates engineering (e.g., enables automation, reduces rework, minimizes inconsistencies). Offerors are expected to work iteratively in coordination with the Government to refine and implement prototype designs as to best ensure the prototypes capability in meeting all requirements listed below. Scalability The design shall enable each prototype to scale in support of EMU operations (see OPNAVINST 3501.411 EMU ROC POE and related). Each prototype shall disaggregate into smaller units of useful capability that allow initial operations and aggregate to scale up to full operations. Likewise, the prototypes shall be designed to scale down to support small teams operating within Forward Deployable Preventative Medical Units (FDPMU). Design shall enable scaling up to support field hospitals (hundreds of personnel). Extensibility The design shall: Allow modifications to integrate new/alternative endpoints Allow modifications to employ new/alternative information exchange mechanisms to ensure interoperability with latest DOD enterprise information systems (IS), including administrative (i.e., non-health) IS. Enable future integration/interface with enterprise and theater sustainment, including MEDLOG, solutions, such as: a) Maintenance and Material Management (3-M) System b) Relational Supply (RSupply) c) Naval Operational Supply System (NOSS) d) Defense Medical Logistics Standard Support (DMLSS) e) LogiCole 4. Enable future integration/interface SECRET Internet Protocol Router Network (SIPRNET) a) This requires the prototypes to meet multiple impact levels (IL) up to IL6 (or cloud/hybrid cloud solutions) or comparable (for other solutions). See related requirements regarding cybersecurity, cyber survivability, and RMF. 5. Enable future integration/interface TRANSCOM (U.S. Transportation Command) Regulating and Command & Control Evacuation System (TRAC2ES) and/or Medical Common Operating Picture (MedCOP) 6. Enable future integration/interface Defense Readiness Reporting System - Strategic (DRRS-S)/ - Navy (DRRS-N) Survivability (Resilience) The prototypes shall operate in and survive the same conditions as the EMU (see the OPNAVINST 3501.411 EMU ROC POE). The prototypes shall survive the same threat environment, including non-kinetic and limited kinetic threats (e.g., cyber, EM, and CBRN). All components of the prototypes that constitute facility equipment (i.e., equipment required to provide shelter, climate-control, and related capabilities; this equipment typically does not operate in climate-controlled environments), civil engineering support equipment, civil engineering end item, and materials handling equipment, including but not limited to the shipping containers, shall operate in temperatures ranging from -10�F (-23.3�C) to 125�F (51.7�C) as well as in varying humidity and other conditions of basic, hot-humid (tropical), hot-dry (desert), and coastal and ocean environments. Other components of the prototypes (those expected to operate in climate-controlled spaces) shall operate with little to no degradation in temperatures between 60�F (15.6�C) and 85�F (29.4�C) and humidity between 15% and 80%. The prototypes shall include options to secure multimodal equipment for operations (e.g., straps, anchor points, integrated stabilizing devices). The prototypes shall operate with little to no degradation in salt fog. The prototypes shall operate at sea state ? 2 as experienced on EPF FLT II ships. The prototypes, packaged for transportation, shall survive storage and transportation in climatic extremes ranging from severe cold weather to hot-humid (tropical) to hot-dry (desert) and coastal and ocean environments (see MIL-STD-810 and related). The prototypes shall be designed to enable recovery from CBRN exposure to the maximum extent feasible within the constraints of other attributes specified herein (i.e., consistent with EMU operations). The prototypes shall operate in the intended EM environments without causing or experiencing critical failures (i.e., degradation of equipment that is non-recoverable). The prototypes shall be designed to ensure emission control (EMCON) requirements can be met. EMCON requirements include, but are not limited to, the ability to disable and enable transmitters and receivers quickly. The prototypes shall meet cyber survivability attributes required to authorize the solution for operations and provide an enduring capability in the projected operational environment, minimally including access control, system partitioning (logical and physical), attack surface minimization, baseline management and monitoring, and system recovery. Usability and Safety The design shall meet or incorporate applicable human systems integration (HSI) constraints in MIL-STD-1472H (or superseding), balancing capability with usability. Design shall include usable and discernible interfaces (e.g., clear indicators). User interfaces shall be simplified to reduce training requirements. Design shall limit the need for specialty tools to operate and maintain the prototypes. Components shall be capable of being maintained and operated by individuals per the OPNAVINST 3501.411 EMU ROC POE and related manpower and other constructs. The prototypes shall meet applicable safety regulations as established in Navy and related guidance, including but not limited to NAVSEAINST 9310.1C (or superseding). Interoperability The prototypes shall be designed to interoperate with Joint forces and capabilities. The prototypes shall produce and consume data that is compatible with the data produced and consumed by other Naval Expeditionary Health Service Support (NEHSS) and joint Health Service Support (HSS) capabilities, including authoritative repositories. The prototypes shall be compatible with Navy (ideally joint force) infrastructure, including but not limited to power services. JOMIS Interface and Integration Joint interoperability is enabled by JOMIS connectivity. The prototypes shall interface with JOMIS capabilities, including solutions requiring client applications and browser-enabled access. The prototypes shall connect to the MEDCOI and NIPRNET, via Navy (EPF FLT II) networks/communication infrastructure, to enable access to JOMIS services. The prototypes shall interface and integrate with Theater Medical Information Program-Maritime (TMIP-M) per interface control documents (and related JOMIS specifications and guidance). The prototypes shall enable interface/integration with the following JOMIS capabilities, per JOMIS specifications and guidance, as these capabilities replace existing capabilities (e.g., TMIP). Operational Medicine Data Service (OMDS) Operational Medicine Care Delivery Platform (OpMed CDP) a) Including Battlefield Assisted Trauma Distributed Observation Kit (BATDOK) 3. MHS (Military Health System) GENESIS-Theater (MHSG-T) 4. Theater Blood Mobile (TBLD-M) Other Services The prototypes shall enable access to various web-browser-based services, including but not limited to DynaMedex and UpToDate. Platform Compatibility and Ship Integration The prototypes shall meet the requirements of the EPF FLT II regarding size, weight, heat, cooling, and power as defined in the EPF FLT II performance specification (PSPEC) (or superseding documents) and related documents (interface control documents). Design products shall include all size, weight, heat, cooling, power, and other information to facilitate the development of a load plan for deploying to and operating from EPF FLT II ships. The hardened containers shall include interfaces (e.g., cables) compatible with the panels in the mission bay of EPF FLT II ships. The hardened containers shall connect to EPF FLT II panels for power and data. The prototypes shall be designed to minimize the amount of power required for operations. The Offeror(s) should consider adapters, power conditioning, uninterruptible power supplies, and other devices to maximize compatibility with EPF FLT II ships while also enabling future compatibility. The design shall minimize cooling requirements, weight, operational size (footprint when configured for operations), and size when packaged for transportation. All components in transit cases, excluding the hardened containers, shall fit through EPF FLT II hatches, doors, and elevators (i.e., internal openings). Additional Considerations The design shall be modular, scalable, and extensible. The design shall maximize innovative approaches, extensibility, and interoperability. Offerors should consider the following: In addition to implementing standards/specifications to interoperate with JOMIS, C4IT design should enable exchange consistent with standards developed by organizations like Digital Imaging and Communications in Medicine (DICOM), Health Level Seven International (HL7), and National Council for Prescription Drug Programs (NCPDP) Design should enable employment technologies like machine learning and data lakes to collect and process unstructured data and structured data of various formats Design should include creative approaches to enable rapid integration of new endpoints; endpoints may be vastly different in purpose and construct Design should enable integration with and operation from other afloat platforms as well as operations ashore. Functionality and Features The prototypes shall provide the following functionality and features: Security (physical and logical, including but not limited to secure data exchange, processing, and storage); Enterprise operations (enable EMU operations when connected; Standalone operations (enable EMU operations when disconnected or with limited connectivity) Wired connectivity (including connectivity to endpoints) Wireless connectivity (including connectivity to endpoints) Related network services (e.g., monitoring, management, optimization) Implementation of standards and protocols Structure The prototypes shall be capable of deploying and operating independently of each other in order to support multiple EXMED units (e.g., EMUs) simultaneously. The prototypes shall be composed of components that maximize transportability of the overall system and mobility/portability of individual components. The prototypes shall include hardened containers or comparable, network components (i.e., all components required to meet functionality, connectivity, and other requirements herein), mobile network enclosures, endpoints, transit cases, and related components (including but not limited to consumable and accessories) to enable HCD, MEDC2, MEDLOG, and patient movement in austere and contested environments. Hardened Containers Each prototype shall include a standard 10-foot shipping container (i.e., a container with external dimensions no more than 10 feet in length by 8.5 feet in height by 8 feet in width) or comparable transportation mechanism. All components of a single prototype, when packed for transportation, shall fit inside the prototype�s 10-foot container (with the exception of the hardened container itself). The containers shall meet the American Bureau of Shipping (ABS) rules and regulations, including the portable industrial module (PIM) certification requirements per Rules for Survey After Construction or superseding. Network Enclosures Each prototype shall include a network enclosure. Each network enclosure shall be sufficient to house all network components of a single prototype. The network enclosures shall protect the network components in transit and during operations. The network enclosures shall be mobile and enable transportation of network components to and from various compartments on EPF FLT II ships. The network enclosures shall enable network components to operate from various compartments on EPF FLT II ships. Endpoints To enable HCD, MEDC2, MEDLOG, and patient movement functions, each prototype shall include end-user devices or endpoints. Each prototype shall include the following endpoints in the specified quantities: 21 rugged laptops, each equipped with a common access card (CAC) reader, headset, and mouse 28 tablets that enable two-handed (ideally one-handed) operation and are compatible with JOMIS solutions, each equipped with a detachable keyboard and protective case 6 BATDOK-compatible mobile devices that enable one-handed operation, each equipped with a protective case 5 multifunction printers that scan, print, and copy 5 label printers that are approved for medical use/operations 6 barcode scanners that are compatible with JOMIS solutions (e.g., BATDOK) 3 wristband printers that are approved for medical use/operations 200 Near-field communication (NFC) cards that are compatible with JOMIS solutions 1 large screen display with mount for patient tracking and C2 operations 7 DVD/CD writers 7 memory card readers 1 shredder approved for use by the DOD The delivered solution shall include the total quantity of endpoints required for both prototypes (i.e., 42 total rugged laptops procured, 21 laptops for each prototype, etc.). The endpoints for both prototypes shall be consistent (e.g., the same make and model of rugged laptop is selected for both prototypes) to facilitate compatibility, cybersecurity, and configuration management. To the maximum extent, endpoints shall be mobile and easy to operate, ideally with one hand. See MIL-STD-1472 (and related) for more information regarding usability (including component sizes and weights). The Offeror(s) shall select devices that are supportable and, as applicable, approved for use in medical applications and with JOMIS solutions. Consumables, Accessories, and Transit Cases The prototypes shall include transit cases to protect endpoints, consumables, accessories, and other components not otherwise protected and transported in the network enclosures. All components of a single prototype (excluding the hardened container), packaged for transportation in transit cases, shall fit in a single hardened container (i.e., that prototype�s container). Each prototype shall include consumables (printer cartridges, paper, etc.) and accessories (power adapters, data cables, etc.) of all components to enable full operation for no less than 30 days. Authorization(s) and Approval(s) Prior to T&E of the prototypes and prototype delivery, the prototypes shall be authorized to operate on EPF FLT II ships, including the EPF 14 and EPF 15. Prior to final acceptance testing and prototype delivery, the prototypes shall be approved to connect to EPF networks, including CANES NMS variants used on EPF FLT II ships. The Offeror(s) shall execute the RMF for DOD systems per DODI 8510.01 (or superseding) and related DOD, Navy, and DHA guidance to obtain necessary authorizations (e.g., ATO, interim authorization to test [IATT]) to allow T&E and operation of the prototypes on EPFs and in test environments and test facilities. The Offeror(s) shall conduct necessary system integration testing to obtain ATCs the prototypes to EPF networks (e.g., CANES NMS). All components of the prototypes, including but not limited to the containers, shall meet rules and regulations of the American Bureau of Shipping (ABS) and be certified by ABS for safe operations on EPF FLT II ships. Prototype compliance to ABS includes, but is not limited to, cybersecurity, EM interference, and operational safety (e.g., fire safety). Test and Evaluation The technical solution shall include test planning and test execution. During the PoP, Offerors shall work iteratively with the Government to finalize the test strategy, test plans, and test reports. Test plans shall be aligned with the PSPEC to clearly show traceability from requirements to prototype components as well as test methods and test procedures. Prototype T&E shall cover integration testing, system testing (with interfaces to JOMIS operational), and acceptance testing (e.g., system operational verification test or SOVT). Test execution shall be documented in test reports which capture actual characteristics (e.g., security, interoperability, performance) for comparison to design. Reports shall also include improvements required (e.g., mitigations to deficiencies). Prior to delivery of the prototypes, all deficiencies associated with requirements specified herein, including but not limited to meeting requirements to obtain authorizations and approvals, shall be mitigated to the satisfaction of the USG. Installation and Delivery The technical solution shall include installation plans as well as training materials for the prototypes, including but not limited to installation manuals and operation manuals. The Offeror(s) shall install the prototypes and conduct acceptance testing. Production and Sustainment The technical solution shall include production and sustainment plans that document a timeline to support future production and sustainment, related production and sustainment costs, as well as production risks and potential mitigations. Sustainment planning shall address provision of training in the future. Potential Follow-on Tasks: Under awards resulting from this RPP, there is the potential for award of one or more non-competitive follow-on tasks based on the success of the project (subject to change depending upon Government review of completed work and successful progression of milestones). Potential follow-on work may be awarded based on the advancement in prototype maturity. Potential Funding Availability and Period of Performance: The U.S. Government (USG) currently has available a total of $2.693 million (M) for anticipated award to be made through this effort during Fiscal Year (FY) 2025. Award and funding from the Government is expected to be limited to the funding specified above and is contingent upon the availability of federal funds for this program. MTEC expects to make one single award to a qualified Offeror(s) to accomplish the scope of work with a Period of Performance (PoP) not to exceed 18 months.� Please note, the Government anticipates utilizing an incentive fee to encourage accelerated timelines for the completion of the project. Please refer to the RPP for further information on the incentive fee timelines. Acquisition Approach: Full proposals, including full cost proposals, will be required in response to this RPP thus reflecting a single stage acquisition approach. MTEC membership is required for the submission of a full proposal MTEC membership is required for the submission of a proposal in response to this MTEC RPP. To join MTEC, please visit http://mtec-sc.org/how-to-join/. MTEC Member Teaming: While teaming is not required for this effort, Offerors are encouraged to consider teaming during the proposal preparation period (prior to submission) if they cannot address the full scope of technical requirements of the RPP or otherwise believe a team may be beneficial to the Government. Refer to the RPP for resources that may help Offerors form a more complete team for this requested scope of work, such as the MTEC M-Corps, MTEC�s Database Collaboration Tool, and the dedicated MTEC Teaming Connect. MTEC: The MTEC mission is to assist the U.S. Army Medical Research and Development Command (USAMRDC) by providing cutting-edge technologies and supporting life cycle management to transition medical solutions to industry that protect, treat, and optimize Warfighters� health and performance across the full spectrum of military operations. MTEC is a biomedical technology consortium collaborating with multiple government agencies under a 10-year renewable Other Transaction Agreement (OTA), Agreement No. W81XWH-15-9-0001, with the U.S. Army Medical Research Acquisition Activity (USAMRAA). MTEC is currently recruiting a broad and diverse membership that includes representatives from large businesses, small businesses, nontraditional defense contractors, academic research institutions and not-for-profit organizations. Point of Contact: For inquiries, please direct your correspondence to the following contacts: Questions concerning contractual, cost or pricing related to this RPP should be directed to the MTEC Contracts Administrator, mtec-sc@ati.org Technical and membership questions should be directed to the MTEC Research Associate, Dr. Chuck Hutti, Ph.D., chuck.hutti@ati.org� All other questions should be directed to the MTEC Program Manager, Mr. Evan Kellinger, evan.kellinger@ati.org To view the full-length version of this RPP, visit www.mtec-sc.org/solicitations/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/429da9aad9324c229ee3b3a28d85134e/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07255982-F 20241106/241104230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |