The Naval Medical Logistics Command (NMLC) intends to award a sole source contract pursuant to FAR par 13.5 procedures to Iron Bow Technologies, LLC, for information systems, telemedicine, videoconferencing in support of CONUS and OCONUS Navy Medical Treatment Facilities (MTFs).
1. Telehealth in a Bag (THIAB). These systems shall include the following:
• The bag shall contain a Total Exam 3.2 high-definition (HD) universal body camera, a Total Exam 3.2 Auto Focus lens attachment, a variable polarizing hood, a Total Exam 3.1 otoscope module, an amplified digital stethoscope, HD camera, and a 3-port Universal Serial Bus (USB) 3.0 hub with RJ45 gigabit Ethernet adapter. The bag shall include a tactical assault gear sling pack range bag with a hiking fanny pack, and a waist bag shoulder backpack with an Everyday Camera (EDC) camera bag. The bag shall be a Modular Lightweight Load-carrying Equipment (MOLLE) deployment bag. The bag shall be compact utility military surplus gear heavy duty with shoulder strap. The bag shall provide for a three-ways design allowing it to be used as a shoulder bag, waist pouch, or handbag. The MOLLE bag pouches must be attached freely. The waist belt shall include padded hip support with adjustable 2" waist belt. The waist belt shall be concealable and shall fit a minimum range of 28" to 56" waist. The shoulder strap shall be adjustable & removable.
• The systems shall include the following minimum consumable supplies to enable rapid use: 850 disposable otoscope specula and 300 dermatology collars.
• The systems shall include a minimum of two (2) days of onsite training and configuration for the kit (hardware, software, support, troubleshooting, and maintenance).
• The systems shall include software and hardware licenses to provide connectivity to the Defense Health Agency (DHA) fielded infrastructure. The system shall include a minimum of one (1) year of warranty support (24 hours, 7 days a week (24/7) access via email and phone) for the comprehensive case as delivered (e.g., all software, peripherals, codec, computer, and case). Operating system support will be provided by the Government. Extended warranty and technical support coverage for four (4) additional years (five (5) years total) (to include device replacement).
2. THIAB with Ultrasound. These systems shall include the following:
• The bag shall contain a Total Exam 3.2 high-definition (HD) universal body camera, a Total Exam 3.2 Auto Focus lens attachment, a variable polarizing hood, a Total Exam 3.1 otoscope module, an amplified digital stethoscope, HD camera, and a 3-port USB 3.0 hub with RJ45 gigabit Ethernet adapter. The bag shall include a handheld abdominal ultrasound probe with USB connection and a minimum frequency range of 2.5 - 5.0 MHz. The bag shall include a tactical assault gear sling pack range bag with a hiking fanny pack, and a waist bag shoulder backpack with an Everyday Camera (EDC) camera bag. The bag shall be a Modular Lightweight Load-carrying Equipment (MOLLE) modular deployment bag. The bag shall be compact utility military surplus gear heavy duty with shoulder strap. The bag shall provide for a three-ways design allowing it to be used as a shoulder bag, waist pouch, or handbag. The MOLLE bag pouches must be attached freely. The waist belt shall include padded hip support with adjustable 2" waist belt. The waist belt shall be concealable and shall fit a minimum range of 28" to 56" waist. The shoulder strap shall be adjustable & removable.
• The systems shall include the following minimum consumable supplies to enable rapid use: 850 disposable otoscope specula and 300 dermatology collars.
• The systems shall include a minimum of two (2) days of onsite audiology training and configuration for the kit (hardware, software, support, troubleshooting, site maintenance). Extended warranty and technical support coverage for four (4) additional years (five (5) years total) (to include device replacement).
• The systems shall include software and hardware licenses to provide connectivity to the DHA fielded infrastructure. One (1) year of warranty support (24/7 email and phone) for the comprehensive case as delivered (e.g., all software, peripherals, codec, computer, and case). Operating system support will be provided by the Government. Extended warranty and technical support coverage for four (4) additional years (five (5) years total) (to include device replacement).
3. Toughbooks. These systems shall include the following:
• The Toughbook shall include a 10.1' 1920 x 1200 touchscreen liquid crystal display (LCD) 2 in 1 notebook with a removable keyboard that can quickly transform from a laptop to a fully functioning tablet. The Toughbook shall be equipped with Windows 10 Pro, an Intel Core i5 (7th Gen) i5-7Y57 1.20 GHz - 8 GB DDR3L SDRAM processor, 256 GB Solid State Drive, Wi-Fi, and Bluetooth capability. Battery life shall last at least 10 hours at typical use, having a bridge battery for an optional second battery. The Toughbook shall include an integrated dual array microphone, Intel® High Definition Audio compliant, an integrated speaker, and on-screen button volume and mute controls. The camera shall be 1080p webcam with dual array mic and camera on/off indicator with an optional 8MP rear camera with autofocus and triple light emitting diode (LED) flash.
• The Toughbook shall be MIL-STD-810G certified (4' drop 5' tablet only), shock, vibration, rain, dust, sand, altitude, freeze/thaw, high/low temperature, temperature shock, solar radiation, salt fog, humidity, explosive atmosphere), MIL-STD-461F certified, IP65 certified sealed all-weather design, optional hazardous location class I division 2, groups ABCD certified model, Mag bullet, CAC Smart Card, have a built in dual purpose handle, an SSD heater, removable battery, an optional rotating hand strap, reinforced locking port covers, a raised bezel for liquid crystal display (LCD) impact protection, and preinstalled replaceable screen film for LCD protection.
• The systems shall include a minimum of two (2) days of onsite training and configuration for the system (hardware, software, support, troubleshooting, and maintenance).
• The systems shall include software and hardware licenses to provide connectivity to the DHA fielded infrastructure. One (1) year of warranty support (24/7 email and phone) for the comprehensive case as delivered (e.g., all software, peripherals, codec, computer, and case). Operating system support will be provided by the Government.
Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All devices and components shall be new and under manufacturers' warranty. Refurbished materials are not suitable for the intended use.
All electronic devices shall be approved to connect to and operate on the Defense Health Agency network (e.g., on the Defense Information Systems Agency Authorized Products List, have a Rapid Authority to Operate or Authority to Operate). In cases where multiple versions/configurations of a product are offered, the vendor shall deliver the configuration approved for the Department of Defense (DoD)/DHA network. All personal computers shall be delivered with the computer OEM's trusted platform module upgraded/at version 2.0. All software and licensing shall support the MTF reimaging the device without a restriction on number of license installs or licenses activated (on same device). The software shall integrate and exchange data with the DHA, Army, Navy, and Navy currently fielded virtual health care infrastructure (GlobalMed eNcounter and Cisco VTC). The vendor shall provide shipping and tracking information within 24 hours of shipment to allow MTF receipt preparedness. Contracted training and support individuals shall meet base access requirements, which may vary by site. The Government POC shall provide the site specific details during coordination.
The estimated delivery date is 30 September 2019.
This notice of intent 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 or submissions that only ask questions 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 2:00 PM Local Time, August 01, 2019. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: [email protected].