funded

interoperable Field Hospital (iFH)

Medical Technology Enterprise Consortium (MTEC)

REQUEST ISSUE DATE

March 17, 2021

ENHANCED WHITEPAPER DUE

April 26, 2021

DOCUMENTS

2 Documents


Purpose

This solicitation, issued by MTEC, represents a Request for Project Proposals (RPP) for MTEC support of the U.S. Department of Defense (DoD) U.S. Army Medical Materiel Development Activity (USAMMDA). Proposals selected for award as a result of this RPP will be awarded under the authority of 10 U.S.C. § 2371b. Strategic oversight for the award(s) supported by this RPP will be provided by the Warfighter, Health, Performance and Evacuation (WHPE) Project Management Office (PMO).

This RPP is focused on the development of a prototype to create a deployed interoperable field hospital environment that will integrate existing DoD tactical networks, systems and medical devices via a Local Area Network (LAN) within deployed Medical Treatment Facilities (MTF).

Scope of Work

The DoD has identified two tasks for funding under this RPP. To meet the intent of this RPP, each proposal must address both tasks described below. Proposed projects that do not meet the full scope of both tasks described herein will not be considered for funding.

Task 1: The iFH prototype shall create a LAN that builds the interoperable system that seamlessly receives, captures, and processes secure medical information within deployed Roles 1-3 facilities via DoD tactical networks supporting multiple software services.

Task 2: The iFH prototype shall provide a platform for the ingestion of inbound and outbound data, and the integration of existing traumatic brain injury (TBI) assessment tools to facilitate communication between mobile health applications (MHAs), existing DoD software, and additional neurological assessments performed by military medical personnel. Proposal will be evaluated on the Offeror’s ability to integrate the continuous flow of automated medical data with neurological, psychological, and brain function assessments performed by deployed military personnel, TBI assessment tools, and existing DoD software on a secure LAN.

In support of the two aforementioned tasks, the following characteristics and/or functionalities of the iFH prototype are required to be delivered/demonstrated by the end of the proposed period of performance. Therefore, Offerors shall address within the proposal submission how each of these will be accomplished during the period of performance:

  • Integrate with currently fielded DoD air and ground ambulances, systems, and networks (Note: Once on award, the Government Sponsor will connect the Awardee with appropriate points of contact to fully execute this task, however, the Offeror should include a proposed plan in their submission outlining the steps that the Offeror will take independent of this Government facilitation);
  • Facilitate automation of data capturing from patient vital sign monitors, medical devices, and MEDLOG data systems;
  • Provide networking communications and capabilities for iFH with mobile capacity for up to three hundred patient monitors, up to twelve hundred connected medical devices broadcasted over a distance of sixteen acres, and have redundancy within an austere environment;
  • Complete successful testing for integration of air / ground ambulances and unmanned autonomous vehicles (UAV) within DoD systems and networks in deployed MTF environments (Note: The Offeror should plan to work with the Government for execution of these tests, and the Offeror should budget for these tests accordingly);
  • Deliver to the Government Sponsor visual mock-ups of Graphic User Interface (GUI) for all iFH software describing the program, prototype architecture, and system at tradeshows, prototype demonstrations, test events, risk reduction exercises in compliance with DoD Architecture Framework (DoDAF) Unified Modeling Language (UML)/System Modeling Language (SysML); and
  • Deliver to the Government Sponsor all required cyber artifacts, scans, and Security Technical Implementation Guide (STIG) assessments.

This solicitation is intended to be a synergistic collaboration with all other OTA solicitations and ongoing government efforts. All Offerors are asked to acknowledge in the proposal submissions, that the awardee of this solicitation may be required to communicate and collaborate with the awardees of other OTA solicitations and existing contracts, and shall be required to communicate and collaborate with the government integration lab US Army Combat Capabilities Development Command Aviation & Missile Center (CCDC AvMC), as further detailed below.

In addition to detailing the Technical Approach and Strategy for completing Tasks 1 and 2 as well as the six (6) characteristics and/or functionalities of the iFH prototype described above, Offerors shall address the following in the full proposal submissions in response to this RPP:

Expertise, Experience, and Proposed Level of Effort:

Prior experience developing, maintaining, and integrating with DoD tactical networks, systems, air and ground vehicles, and unmanned autonomous vehicles (UAV) which demonstrates relevant expertise. Offerors shall propose a team with the appropriate experience as well as an appropriate level of effort to accomplish the full scope of work detailed within the technical proposal.

Technical Feasibility:

  • Strategy to receive and maintain continuous access to Combat Capabilities Development Command – Aviation and Missile Center (CCDC AvMC),1,2 Software, Simulation, Systems Engineering and Integration Directorate (S3I), Systems Integration Lab (SIL), Program Executive Office Aviation and Missile Command (PEO AvMC) – Project Management Aviation Mission Systems and Architectures (PM AMSA), as well as the Combat Aviation Brigade Architecture Integration Lab (CABAIL) – [specific to Task 1].
  • Strategy to integrate the continuous flow of automated medical data with neurological, psychological, and brain function assessments performed by deployed military personnel, TBI assessment tools, and existing DoD software (i.e., during the PoP, additional DoD programs may need to be integrated) on a secure LAN – [specific to Task 2].
  • Strategy for open and continuous integration with PEO Nett Warrior System Integration Laboratory (NW SIL) and running large scale combat simulations to validate operational effectiveness of tactical systems and software.
  • Strategy and methodology for the processing and visualization of near-real-time data being captured from battlefield combat units, field medical platforms, and various MTF data streams (medical treatment facility location and patient capacity, unit capacity status, medical evacuation platforms capacity status, and casualty collection point (CCP) location and capacity).
  • Strategy and methodology for integrating streaming medical data within the Tactical Assault Kit (TAK).
  • Strategy to integrate prototypes within the TAK.
  • Strategy and software recommendations to capture, receive, process and store largescale datasets and how they will be optimized to support machine learning algorithms.
  • Strategy for handling different types of data and what those data types include.

Potential for Transition:

  • The proposal shall identify intellectual property ownership, describe any appropriate intellectual and material property plan among participating organizations, and address any impact of intellectual property issues on product development.
  • The proposal shall provide a strategy describing the Offeror’s product development strategy

The following additional points of consideration should be addressed in proposal submissions by all Offerors to include the incorporation of specific deliverables and/or milestones within the Milestone Payment Schedule contained within the Statement of Work:

  • Offerors shall provide updates through a monthly Technical and Business Status Report to the Government point of contact chosen by the WHPE PMO. This report shall indicate the current work completed, work in progress, man hours required, funds expended, and program status. The report shall include configuration and change management revision, control documentation for hardware and software, major accomplishments, work to be accomplished in the next month, performance, schedule, and cost updates. It shall also rate and document risks, risk mitigation activities, and issues raised by the Integrated Product Team. The format of the Technical and Business Status Report is at the discretion of the Awardee. The report is due the 10th working day of each month after award until contract conclusion (Offerors should include this in the SOW; see Attachment E of this RPP). The Government will review the submissions of the Technical and Business Status Report for compliance with the Statement of Work and other contract provisions. The Awardee will have 10 working days to respond and resubmit upon receipt of the Government’s final comments and shall provide the final document within 10 working days after approval of the changes is received.
  • Awardees shall schedule an Initial Baseline Review with WHPE PMO within 60 days of contract award (include this in the SOW, see Attachment E of the RPP).
  • Offerors shall arrange two (2) Product Reviews per year to provide the WHPE PMO with updates regarding the status of the contract and prototype (include this in the SOW, see Attachment E of RPP). Product Reviews shall occur:
    • Within 150-180 days from the contract award date, repeated annually.
    • 30 to 60 days prior to the end of the performing year, repeated annually.
    • Following these Product Reviews, the Milestone Payment Schedule within the SOW shall include distinct Critical Decision Points (30 days following the Product Reviews). The Critical Decision Points will serve as discrete programmatic decision points which will allow the Government to assess the progress to date, considering cost, schedule, and performance, and make a determination to proceed with subsequent milestones as awarded, renegotiate any aspect of the SOW/MPS, or end the project.
  • Offerors shall provide a Technical Data Package (TDP) delivered seven (7) calendar days prior to the end of the PoP (Offerors shall include this in the SOW, see Attachment E of this RPP). The TDP shall consist of all technical data and documentation necessary for the development, manufacturing, and support of the device, for all software and hardware. This shall include, but is not limited to, the TDP, Product Master Data File, Interface Control Documents to include the source codes, algorithms, libraries and additional files required to compile and run the software, Requirement Traceability Matrix, User Manuals and Quick Setup Guides, New Equipment Training Briefs and Guides, Bill of Materials (BOM), component manufacturer and part numbers, Test Measurement & Diagnostic Equipment (TMDE), Product Maintenance Plan and Schedule.

Points of Contact

For inquiries, please direct your correspondence to Biomedical Research Associate Chuck Hutti, Ph.D. at Chuck.Hutti@ati.org.


Other Opportunities

JOIN OUR MAILING LIST

Stay Connected with MTEC

Keep up with active and upcoming solicitations, MTEC news and other valuable information.