funded

interoperable Medical Command and Control System – Joint (iMCCS-J)

Medical Technology Enterprise Consortium (MTEC)

REQUEST ISSUE DATE

March 29, 2021

ENHANCED WHITEPAPER DUE

April 29, 2021

DOCUMENTS

1 Documents


Purpose

This solicitation, issued by MTEC, represents a Request for Project Proposals (RPP) for MTEC support of the 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 that supports the integration of medical data with the Air Force Research Laboratory (AFRL), Tactical Assault Kit (TAK) suite of software and hardware in support of an interoperable Medical Command and Control System – Joint (iMCCS-J).

Scope of Work

This effort shall deliver an initial prototype submission package for the iMCCS-J to the WHPE PMO for submission to TAK and NW. Proposed projects shall demonstrate the ability to develop and integrate near real-time data being captured from battlefield combat units, field medical platforms, and various Medical Treatment Facilities (MTF) data streams with the DoD, and TAK suite of software. A successful prototype will visualize medical data via field NW devices within the Android Tactical Assault Kit (ATAK), WinTAK, and TAK Servers. It is preferred that Offerors have experience with and/or sufficient knowledge of the TAK suite of software.

Additional Points of Consideration to be Included in the Proposal:

  • Offerors shall propose an appropriate number of FTEs to accomplish the full scope of work.
  • Awardees shall provide updates through monthly Technical and Business Status Reports 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, and 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 shall be mutually agreed upon by the Government and 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 this RPP).
  • Awardees 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 this 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.
  • Awardees shall provide a Technical Data Package (TDP) to be delivered seven (7) calendar days prior to the end of each year (Offerors should 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 Product Master Data File, system/network architectures, data points/formats, transmission protocols, cybersecurity test plan, Risk Management Framework package submission plan, and 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, Product Maintenance Plan and Schedule.
  • 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 U.S. Army Combat Capabilities Development Command Aviation & Missile Center (CCDC AvMC), as further detailed below.

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.