Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

70 -- 3D Advanced Imaging Software system

Notice Date
4/29/2025 12:40:44 PM
 
Notice Type
Sources Sought
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-25-RFI-JC01
 
Response Due
5/7/2025 10:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Jessee Chege, Phone: 3016197148, Bart Vint, Phone: 3016193689
 
E-Mail Address
jessee.t.chege.civ@health.mil, barton.j.vint.civ@health.mil
(jessee.t.chege.civ@health.mil, barton.j.vint.civ@health.mil)
 
Description
The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of Defense Heath Agency (DHA), Picture Archiving and Communication Systems (PACS) Program Management Office (PMO), J-6 is seeking interested parties to assert and explain their capability to satisfy the requirement described. In an attempt to promote full and open competition USAMRAA is issuing a Request for Information (RFI) to seek businesses under the North American Industry Classification System (NAICS) Code 513210- Software Publishers and Product and Service Code (PSC) 7B22 IT and Telecom, Computer Servers (Hardware and Perpetual License Software). System for Award Management (SAM) registration is mandatory (www.sam.gov). It is anticipated the type of contract will be a Firm Fixed Price. This is NOT a Request for Quotation (RFQ). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used within USAMRAA/ DHA to facilitate decision making and will not be disclosed outside of USAMRAA /DHA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. This RFI is for fact finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential small business sources in support of the Government�s requirements in accordance with the attached Minimum Essential Characteristics (MECs). The MECs are subject to change prior to a formal solicitation release. The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employee�s regarding this requirement is not permitted. Background. DHA is finalizing the consolidation of site local PACS to a HUB and Spoke model throughout the enterprise. Currently, DHA has 12 HUB PACS strategically located within the DHA PACS enterprise. Additionally, there are 50 spoke sites with downtime servers. DHA PACS locations are currently utilizing Terarecon, Vitrea, Syngo Via, DynaCAD and RadLink 3D Advanced Imaging Software solutions. The new 3D Advanced Imaging Software system will meet industry performance standards, offer the necessary redundancy and contingency features to meet DHA needs, and provide state-of-the-art technology enhancements to improve user experience and minimize service disruption. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items to provide as necessary for DHA to transition from local PACS or HUB PACS solution (s) to a single enterprise 3D Advanced Imaging Software solution integrated with current PACS vendors. Vendors are encouraged to submit the following highly desirable information in response to this RFI: a). The requirement is for a single enterprise advanced visualization. Please provide details and diagrams demonstrating the configuration of the single enterprise solution. The solution must be capable to support the 12 current hub Picture Archiving and Communication System (PACS). b). Confirm your solution has been tested and validated fully integrated to the Agfa and Fuji client desktops. The solution must l launch from within the PACS. c). Provide a full implementation plan detailing timelines to complete the implementation of the enterprise solution within 12 months of contract award. d). Provide the eMASS ID and expiration date for the DHA level Authority to Operate (ATO) for the solution. Site level ATOs cannot be used for enterprise solutions managed centrally. e) Confirm the following clinical requirements are presently commercially available for Nuclear Medicine: System must be capable of providing a consistent workflow for SIRT (Selective Internal Radiation Therapy) to include the ability to perform dose planning to determine activity required to achieve a therapeutic dose and process dose verification to assess radioactive spheres to confirm location of the administration of the therapeutic dose. System must be capable of performing brain quantification measurements on brain SPECT and brain PET images, along with the capability to compare to a normative database for brain metabolism- FDG (fluorodeoxyglucose) PET images. Could include overlay of subtraction image with MR scan for subtraction analysis. System should be capable of calculating dose distribution for the whole body or a single organ and provide a voxel-wise dose distribution calculation. f). Confirm the following clinical requirement is commercially available for CT Perfusion (CPT): Algorithm that detects aneurysms in CTAs. If your firm is capable of providing the requirements described in the draft MECs, please provide a Capability Statement to Mr. Jessee Chege at Jessee.t.chege.civ@health.mil. A vendor responding to this RFI with generic material only, such as brochures, advertisements or other generic material, is highly discouraged. No questions will be entertained at this time. Responses Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified in the draft MECs within the time frame required. Parties may begin submitting responses to this request for information immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers. Capability Statements in Microsoft Word for Office or Portable Document Format (PDF) are due no later than 7 May 2025 at 1:00 PM ET. RFI Responses shall be limited to ten (10) pages, not including cover and administrative pages and submitted via e-mail to jessee.t.chege.civ@health.mil. Responses shall be written using a 10-point font size or larger. Statements should not exceed 10 pages in length, excluding cover and administrative pages. The subject line of the email should read as follows �RFI: HT9425-25-RFI-JC01, Advanced 3D Imaging Software System.� 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. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR QUOTATION AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/600486ea8e374c868cca0ed38f0d0682/view)
 
Place of Performance
Address: Falls Church, VA 22042, USA
Zip Code: 22042
Country: USA
 
Record
SN07425472-F 20250501/250429230057 (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 |
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.