Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1995 PSA#1328

Advanced Research Projects Agency (ARPA), Contracts Management Office (CMO), 3701 North Fairfax Drive, Arlington, VA 22203-1714

A -- MEDICAL ULTRASONIC IMAGING TECHNOLOGY DEVELOPMENT SOL BAA95-27 DUE 090195 POC Dr. Francis W. Patten and Dr. Ira D. Skurnick, ARPA/DSO, FAX: (703)696-2201; and Dr. Wallace A. Smith, ONR/Technical Agent, FAX: (703) 696-0284. The Advanced Research Projects Agency seeks proposals to develop the technology of medical ultrasonic imaging for improved diagnostic utility in forward echelon combat casualty care. This program is driven by the potential for obtaining high quality diagnostic images from field portable ultrasonic systems and the enhancement of field capabiities by transmission of such digital imagery by telemetry to rear echelon specialists. The anticipated improvement in far-forward diagnostic capability should significantly enhance the quality of care provided in the zone of close combat (CZ) by medical corpsmen, and by others at battalion aid stations and field hospitals. An important technical driver is the significant opportunity to enhance the quality of medical ultrasonic imaging by using adaptive acoustics techniques to correct the image degradation caused by velocity inhomogeneities in tissue. This program on medical ultrasonic imaging is coordinated with a broader ARPA program on military trauma care technology. Since this program addresses only specialized defense needs in combat casualty care (for example, radiolucent shrapnel detection and wound healing monitoring), civilian health care applications of the technical innovations developed are relevant in a proposed project only to the degree that this synergy speeds development and reduces the cost in meeting defense needs. PROGRAM OBJECTIVES AND DESCRIPTION: This program focuses on developing technologies and methodologies that lead to significant improvement in diagnostic ultrasound image quality and establishing its utility in defense medical applications. The primary technical target for this program is improvement in diagnostic utility of ultrasound images obtained by correcting for aberration in the propagation of the ultrasound beam in tissue. Technical issues to be addressed include one-and-a-half or two dimensional transducer array technology, electronics for real-time adaptive beam forming, signal processing to eliminate false targets, and the appropriate image display electronics. Additional technical targets encompass three dimensional imaging and compact, low-power, portable imagers. Technical challenges for three dimensional imaging include two dimensional transducers, beam/image forming electronics, and image display. For field portable imagers, a technical issue, beyond the transducer, electronics, and display, is an appropriate telemetry interface to allow real echelon participation in diagnosis. Also included are issues related to image compression as they imact on information handling and image interpretation, transmission, storage and recall. To the extent that a compelling case can be made for significant technical opportunities linked to important defense needs, alternate technical targets in medical ultrasonic technology development may be included in the program. Appropriate teaming among academic, industrial, and government laboratories is encouraged to ensure that research, development, and subsequent commercialization proceeds effectively. The total program is planned to be approximately five years in duration with about $35M of total DoD funding. The work will consist of both technology development and system demonstration components, clinical trials will not be funded. SUBMISSION OF PROPOSALS: A joint ARPA/ONR workshop on Medical Ultrasonic Imaging Technology was held at Landsdowne, Virginia on January 24-26, 1995. The workshop summarized the current state of the art and identified areas of recent technical progress. Prospective offerors may obtain copies of the workshop's book of abstracts from Ms. Alice Burgess (see below). The abstacts and accompanying participants list may be used, additonally, as a starting point to identify parties for potential research collaborations. The proposal submission process is in two stages: First, concept papers are sought from prospective offerors. Then, based on the evaluation of concept papers, selected offerors will be invited to submit full proposals. The intent of the request for concept papers is to minimize the labor and costs associated with the production of full, detailed, technical and cost proposals. All interested offerors are therefore encouraged to submit concept papers. However, all proposals submitted under the terms and conditions cited herein, will be reviewed regardless of the disposition (or lack) of white papers. CONCEPT PAPERS - Concept papers should be no longer than five pages and should concisely:(1) identify the focus of the proposed effort,(2) describe shortfalls in competing technologies, (3) outline the essence of the new idea,(4) describe the impact of a successful effort if reduced to practice,(5) identify the central science and technology issues,(6) set forth in tabular form the major tasks, timing of milestones, estimated funding required (by research year), (7) list the major project milestones, (8) identify key individuals along with their institutions, roles, and experience, and (9) outline plans, capability, and commitment to productization, including character and extent of prospective cost-sharing. Please submit an original plus four copies of each concept paper on or before 15 June 1995 to: Dr. Francis Patten and Dr Ira Skurnick, Advanced Research Projects Agency, Defense Sciences Office, 3701 North Fairfax Drive, Arlington, Virginia 22203-1714. Requests for general administrative information should be addressed to: Ms. Alice Burgess, Strategic Analysis, Inc., Suite 175, 4001 North Fairfax Drive, Arlington, VA 22203-1714, (703) 527-5410 (phone)-5445 (fax) FULL PROPOSALS: Full proposals will be evaluated according to the following criteria, listed in descending order of relative importance: (1) scientific and technological merit of the proposed program,(2) offeror's capabilities and recent related experience, including personnel, facilities, equipment and data, (3) impact of successful development on the performance of defense systems, (4) plans, capability, and commitment to productization - including character and extent of proposed cost-sharing, (5) reasonableness of cost. GENERAL INFORMATION FOR PREPARATION OF FULL PROPOSALS - Proposal Format - Five single sided hard copies, each 8.5 by 11 inches, must be submitted. They should have 1.25 inch margins and a font size no smaller than 12 pitch. Non-conforming proposals may be rejected without review. Proposals shall consist of two volumes: volume 1 will be the technical proposal and volume 2 the cost proposal. The first page of each should clearly indicate the title, the prime contractor and subcontractors or partnership members proposed, the principal investigator name, phone number, fax number, the period of performance, and the first-year cost and total cost of the effort. Volume 1 - Technical Proposal: Technical proposals shall include a Table of Contents, Executive Summary, a Program Description, a Program Plan, a Statement of Work, a Milestone Chart, a Facilities and Equipment description, a description of Relevant Prior Work, a Management Plan, and Resumes of Key Individuals. The page count of Volume 1 shall be limited to a maximum of 50 pages, which includes all figures, references, tables, charts and curriculum vitae of the associated principal investigators. Volume 2 - Cost Proposal - Cost proposals shall contain a summary cost breakdown and a detailed cost breakdown. The summary breakdown should be shown to the level of major tasks and should indicate manpower levels of effort, equipment and supplies, travel, and miscellaneous expenses for the tasks of the entire program, broken out by phases and time. Details of the cost sharing to be undertaken by the offerer, if any, must be included in the summary section of volume 2 of the proposal. The summary shall be no longer than 6 pages, but the detailed cost breakdown is not limited in page count. Broad Agency Announcement: This CBD notice itself constitutes the Broad Agency Announcement as contemplated by FAR 6.102(d)(2). No additional information is available nor will a formal RFP or other solicitation regarding this announcement be issued. Requests for same will be disregarded. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. No portion of the BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of research for exclusive competition among those entities. HBCU s and MI s are encouraged to team with other proposers. An original and four copies of each full proposal should be sent on or before 1 September 1995 to: Dr. Francis Patten and Dr.Ira Skurnick, Advanced Research Projects Agency, Defense Sciences Office, 3701 North Fairfax Drive, Arlington, VA 22203-1714, ARPA will acknowledge receipt of the submission within approximately seven (7) business days of receipt, and assign a control number that should be used in all further correspondence regarding the proposal. (0107)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950418\A-0001.SOL)


A - Research and Development Index Page