Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2002 FBO #0222
SOURCES SOUGHT

W -- Lease of Electron Beam Computed Tomography Scanner (EBCT)

Notice Date
7/10/2002
 
Notice Type
Sources Sought
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-02-R-0005
 
Response Due
8/12/2002
 
Archive Date
9/11/2002
 
Point of Contact
Barry Johnson, 202.782.1425
 
E-Mail Address
Medcom Contracting Center North Atlantic
(Barry.Johnson@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA C.1 SCOPE C.1.1 Contractor required to furnish all equipment (hardware and software), installation, maintenance, training, and facilities necessary to perform non-invasive, preventive imaging and screening of Department of Defense active duty military personnel. C.1.2 The screening facility employs an electron beam computed tomography (EBCT) Scanner which incorporates licensed proprietary software. Twenty-four hour turnaround is required with unlimited scans. Scans are not on a pay-per-unit basis. C.1.3 The contractor will be responsible for the installation and maintenance of the entire delivered system. C.1.4 The required medical staff will be furnished by the Government. C.2 Electron Beam Computed Tomography Scanner (EBCT) C.2.1 The furnished EBCT shall be a self-contained, fully functional system which, through its ultra-high temporal resolution capabilities, will enable WRAMC physicians to screen patients for early detection of such diseases as: C.2.1.1 Coronary artery disease C.2.1.2 Lung cancer C.2.1.3 Emphysema C.2.1.4 Osteoporosis C.2.1.5 Colon cancer C.2.2 The EBCT and related workstations will allow a single diagnostic exam that combines anatomic three-dimensional (3D) and four-dimensional (4D) real-time imaging with quantitative physiology. C.2.3 The delivered EBCT shall possess as a minimum, the following performance characteristics: C.2.3.1 General Electric / Imatron C-300, or equal, an ultra-rapid, non-invasive, whole body scanning instrument which has the capability of acquiring multi-slice (8-10 levels or quasi-volume acquisition up to 17 times per second (17x/sec) C.2.3.2 Exposure times of (0.05 – 2.0 seconds) C.2.3.3 Anatomic definition (spatial resolution) of 1mm or less C.2.3.4 High resolution collimator C.2.3.5 Ability to overcome motion artifacts or blurring C.2.3.6 Ability to capture transient, time-related events C.2.3.7 Multi-Phase™ scanning capability C.2.3.8 Cardiac analysis software C.2.3.9 Anatomically-based, graphical user interface C.2.3.10 Focusable PreView scans C.2.3.11 Three second time-to-first-image C.2.3.12 Second generation Electron Beam Angiography C.2.3.13 DICOM-3 and network ready C.3 Workstations C.3.1 The above described scanner shall come equipped with a computer platform and network to provide the following specifications. C.3.1.1 A client-server computer network will be created. C.3.1.1.1 There will be one centrally located server. C.3.1.1.2 There will be a minimum of three radiology imaging workstations, with an option to add two additional workstations. C.3.1.1.3 All necessary cabling, hubs, routers, and interfaces will be provided, or configured to interface with the existing network. C.3.1.1.4 The platform will be Windows NT or Windows 2000 Professional, and will be fully compatible with the hospital network. C.3.1.2 The server and network will have characteristics meeting or exceeding those given below. a. 100 megabit network b. 500 gigabytes of disk storage in a RAID configuration c. CD burner d. Tape backup e. Firewall f. Compatibility with the existing hospital LAN C.4 Software C.4.1 The workstations will come pre-loaded with the software specified below. The installation CDs will be included. The software will have the following capabilities. C.4.1.1 Will allow the display and viewing of radiologic images in two-, three-, and four-dimensions C.4.1.1.2 Will allow image scrolling with mouse or trackball, and facilitate comparison between current and prior scans simultaneously C.4.1.2 Will perform multiplanar reconstruction, transparency, disarticulation, organ color coding, and volume slicing, volume rendering, surface rendering, segmentation C.4.1.2.1 Will perform CT angiography, including CT angiography of the coronary arteries, and angiographic fly-throughs. C.4.1.3 Will perform virt ual bronchoscopy and virtual colonoscopy. C.4.1.3.1 Will perform automated flight path generation, off-line processing. C.4.1.3.2 Will allow measurements in three dimensions, and on volume or surface rendered images. C.4.1.4 Will perform coronary artery calcium scoring, using both the standard Agatston scoring and volumetric scoring. C.4.1.5 Will contain database software or components that will track the results of all scanned patients, as well as all relevant demographic data. C.4.1.6 Will contain reporting software that will allow the creation of reports for patient and physician. Report format can be customized to suit the needs of the Government. C.4.1.7 Will include software and communication facilities to allow rapid and automated communication and distribution of reports and images to enabled patients and physicians. C.4.1.8 Networking, connectivity, and security software will be included. C.4.1.8.1 The existing hospital network is a Windows NT based, highly secure network administered by the Directorate of Information Management. Any installed system must be compatible with the existing hospital network. C.4.1.8.2 The vendor will allow installation of any software or utilities specified by the hospital network to protect the security and safety of the workstations, data, and network. C.4.1.8.3 The software will allow capture of relevant images, and transfer of the images to presentation software as needed by the Government. C.4.1.8.4 Software to transfer data to removable media shall be included. Automated players for viewing of data by remote viewers will be included. C.4.1.8.5 DICOM-3 interfaces to include Service Class Provider (Store, Query, and Retrieve) and Service Class User (Store, Query, and Retrieve). C.4.2 In those instances where the Government, for whatever reason, prefers to install their own software on the system, the vendor will allow this and support this activity. In addition, the EBCT staff physician and other necessary Government personnel will be named as an administrator on the system, and be given full administrative privileges. C.4.2.1 The Government may at its discretion install firewall and encryption software. C.4.3 In those instances where software can be installed on a laptop for demonstration purposes, the vendor will provide this software, with installation CDs, for unlimited use by the WRAMC EBCT staff physicians or their agents. C.5 Training C.5.1 The contractor shall provide comprehensive clinical applications training for up to 5 Government furnished medical staff per year. The training shall cover all aspects of the scanning process and related system functions. C.5.2 Training will be conducted at both the WRAMC site and the contractor’s training facility. C.5.3 Training Schedule – Within 10 days after the date of contract award, the contractor shall furnish the COR, a formal schedule of intended training. C.5.4 The contractor shall grant WRAMC unlimited copyright privileges for training manuals and materials for in-house training purposes. C.6 Maintenance C.6.1 The contractor shall support and maintain all supplied software including any and all upgrades and hardware for the life of the contract. This maintenance support is extended to the modular enclosure and all utility systems within the enclosure. C.6.2 The contractor shall provide for live reception of telephone calls from WRAMC; reporting problems in the operation of the hardware or software, to produce 95% uptime. C.6.3 If telephone support fails to resolve the system problem, the contractor agrees to furnish a qualified service representative on-site within 24 hours of receipt of notification a system problem. C.7 Upgrades. C.7.1 Throughout the duration of the contract, WRAMC shall be entitled to receive from the contractor, free of any additional charge, all upgrades within the Softwar e series (and related Hardware) which become a regular part of the Software and are offered to the contractor’s other customers. Upgrades include resolution of software problems, and enhancements and shall be furnished WRAMC with applicable documentation. The contractor shall install such upgrades, also at no additional charge.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA15/DADA15-02-R-0005/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00114053-F 20020712/020710215336 (fbodaily.com)
 
Source
FedBizOpps.gov 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.