Enterprise Ocular Picture Archiving and Communication System (OPACS)
This Solicitation number has been changed to N62645-19-R-0024 Enterprise Ocular Picture Archiving and Communication System (OPACS) The Naval Medical Logistics Command (NMLC) is seeking sources to prov... This Solicitation number has been changed to N62645-19-R-0024 Enterprise Ocular Picture Archiving and Communication System (OPACS) The Naval Medical Logistics Command (NMLC) is seeking sources to provide Enterprise Ocular Picture Archiving and Communication Systems (OPACS) including hardware, software, and labor for multiple United States Department of Defense (DoD) Medical Treatment Facilities (MTFs) both CONUS and OCONUS. The OPACS shall have the ability to receive, view, and manipulate data captured by currently installed ocular equipment. The OPACS shall be able to perform interactive visual field analyses and post-processing analysis as required. The visual field interactive analysis allows combined reports from Optical Coherence Topographers (OCTs), Humphrey Field Analyzers (HFA) and fundus cameras. The OPACS shall be capable of storing and manipulating raw data specific to biometric data, target treatment zones, outcome measurements, referential documentation, and procedure note recordings. The OPACS shall be capable of performing post-processing analysis, dynamic review, and manipulation of the stored raw data. The OPACS shall have the ability to identify and monitor glaucoma and retinal diseases, utilizing specific glaucoma and retina protocols. The OPACS shall support real-time longitudinal, dynamic, and summative combinations of studies requiring FDA 510(k) medical device approval, used in diagnosis and treatment of patients. The OPACS shall be capable of supporting provider-directed applications of advanced algorithms and ocular protocols for the diagnosis and monitoring of eye diseases. The solution shall be configurable per each individual clinic to allow concurrent utilization of multiple role-based users within examination and screening rooms. The solution shall include the functionality to sort and filter studies, configurable by fields such as originating location, study date/time, modality, and ordering provider. The OPACS shall be capable of providing preconfigured ophthalmic displays, configurable by clinic. The OPACS shall permit remote viewing, manipulation, and application of scientifically validated analytical algorithms of ophthalmic images and data by users accessing it from any networked PC in the clinic. The OPACS solution shall be capable of acquiring images and diagnostic reports from all networked eye care devices. The vendor shall be capable of establishing Application Programming Interfaces (API) connections to the existing modalities where applicable. The vendor shall provide data migration from existing modalities to the OPACS system. The OPACS shall have the ability to receive HL7 Admit Discharge Transfer (ADT), Order Message (ORM), or Scheduling Information Unsolicited (SIU) messages, including patient demographic data from the Composite Health Care System (CHCS) or MHS GENESIS. All studies shall be stored in Digital Imaging and Communications in Medicine (DICOM) format and adhere to the current DICOM standard. The OPACS shall provide a DICOM Modality Worklist (DMWL) for all networked ocular modalities. The DMWL shall be configurable by clinic. The solution shall be capable of automatic sending to a foreign, or vendor neutral archive (VNA), allowing the VNA act as the OPACS long-term archive for storage and retrieval. The system must have a current Authority to Operate (ATO) granted by the Defense Health Agency (DHA) Authorizing Official (AO). The vendor shall provide engineering, clinic configurable workflow, training, and project management services prior to installation for each ophthalmology and optometry clinic for full system functionality. The vendor shall provide an OPACS server to be installed in the server room at the receiving MTF. The MTF hosting the server shall be considered the territory management acquisition center (TMAC) for connection of local ophthalmology and optometry clinics into the OPACS system. Remote clinics connecting to the TMAC shall have full OPACS capabilities, although will not require a server on-site. The solution shall include an OPACS server which is able to store a minimum of sixty (60) months of ocular files for all clinics associated with the TMAC. The OPACS shall also be capable of operating as a keratometry backup solution host (KBUSH) for connected keratometers. There is an average of three (3) ancillary studies performed at each patient encounter. All eye care data and images shall automatically be stored on the TMAC and KBUSH short-term storage array while simultaneously being sent to the local VNA server. Data and images shall automatically be purged from short-term storage on the OPACS server on a first-in-first-out basis to create space for additional studies. This feature shall be site configurable. Privileged users shall be able to selectively protect studies and reports from such automatic deletion. The solution shall have a mechanism in place (e.g. DICOM storage commitment) to ensure only studies stored on the VNA are processed for deletion in the OPACS. In the event of a software upgrade to the OPACS, the contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, transportation/travel and services necessary to effectively, economically, and satisfactorily provide the upgrade to the OPACS. The upgrades should be done in a reasonable amount of time after the vendor releases them. Software upgrades include only new/enhanced capabilities release, not a completely new OPACS (example upgrade from version 4.0 to 4.1 not from version 4.0 to 5.0). The vendor shall conduct initial on-site role-based training for all levels of existing staff members to be completed during installation. The user based training shall be specific for various levels of the existing staff, including support staff/administrators, physicians and technicians. The vendor shall provide train-the-trainer education for clinic staff, which shall allow for future user training of new staff members by the trained in-house clinical personnel. The vendor shall provide a project plan timeline illustrating the OPACS implementation and training for the MTFs identified in Equipment Viewer License Tables. The vendor shall provide a minimum one (1) year warranty upon the system acceptance at each clinic. The vendor shall provide two (2) operator manuals and two (2) service manuals for each clinic. The estimated award date is March 2019. This sources sought notice is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data, and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. A determination by the Government not to compete based on 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 or to proceed with a sole source contract. Capability statements are due by 10:00 AM EST on Tuesday, 04 December 2018. Capability statements shall be submitted by e-mail as a Microsoft Word or Adobe PDF attachment to the following address: usn.detrick.navmedlogcomftdmd.mbx.matrix@mail.mil. The subject of the email shall include solicitation number N62645-19-Q-0005.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »