Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

66 -- EYE TRACKING TOOL

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
NB894040A06226
 
Archive Date
8/19/2010
 
Point of Contact
Chris M. Ganey, Phone: 301-975-6205, TODD HILL, Phone: 301-975-8802
 
E-Mail Address
CHRISTOPHER.GANEY@PSC.HHS.GOV, todd.hill@nist.gov
(CHRISTOPHER.GANEY@PSC.HHS.GOV, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies TITLE: One Eye Tracker SOLICITATION NUMBER: NB894040-A-06226 RESPONSE DATE: August 4, 2010 CONTACT POINTS: Chris Ganey, Contract Specialist, (301) 975-6205 Todd Hill, Contracting Officer, (301) 975-8802 DESCRIPTION: The National Institute of Standards and Technology (NIST) has a requirement for a One Eye Tracker to be used in the Comprehensive National Cybersecurity Initiative (CNCI) Division at NIST, Gaithersburg, MD. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. 1352.215-73 INQUIRIES (MAR 2000) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than five calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. All offerors shall provide a quotation for the following line items: Line Item 0001: One (1) One Eye tracker. STATEMENT OF WORK: Introduction The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, test and deliver One Eye tracker. Background Eye Tracking Tool supports Comprehensive National Cybersecurity Initiative (CNCI) Usability project. This eye-tracking tool is critical to planned work to support research into the usability of cybersecurity for development of best practices. Currently users ignore security messages and alerts. Our research will focus on how to make these messages more meaningful to users. But, the psychology literature refers to inattentional blindness where users are so focused on their primary tasks that they literally don't see the messages and alerts. This eye-tracking tool will allow our research team to determine exactly where a person focuses on a computer screen. The eye-tracker should consist of a 24 inch monitor with the ability to track a user's left and right eyes and software to analyze the data, and provide statistical analysis. This system will be used to design and validate cyber-security interfaces and messages. It is difficult or impossible to do this without eye-tracking since we can't determine if the user did not actually see the elements of the interface or just choose to ignore them. With such a tool, we can actually determine which is true. In addition to supporting CNCI this tool will also support future research for DHS US-VISIT. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. The system must have the following capabilities: 1. an eye tracker integrated with a monitor/display with the following capabilities: • Must allow for freedom of head movement after calibration within a head movement box of at least 44 x 20 x 30 cm, while maintaining high accuracy • System must not require the test subject to wear a head-mounted device or to wear apparatus of any type • Must have a tracker field of view of at least 36x22x30 cm • Must have an accuracy rate of at least 0.5° • Must have binocular tracking capabilities • Must have spatial resolution of at least 0.25° • Must utilize both bright pupil and dark pupil eye tracking techniques, automatically optimizing for bright pupil and dark pupil response subjects • Must utilize multiple eye tracking sensors simultaneously for accurate Z-value calculations (distance measure must be accurate to 3 mm or better) • System must be capable of completing calibration within seconds • Must integrate eye tracker and monitor into one single device with unobtrusive design • Must perform tracking of 60 fps or faster • Must perform eye tracking across 24" or larger monitor, with maintained accuracy 1 degree or better also in the extreme corners of the screen at 70 cm distance from subject to screen • Must be robust to maintain tracking despite occlusion of one sensor • Must maintain tracking during 25 cm/s or faster head movement speed • Must be a portable system • Must be capable of providing:  real-time operator feedback (i.e. gaze position and quality)  online analysis of data into saccades, fixations • System must allow export of data to other applications such as SPSS, Matlab • System must have operational integration directly with the E-Prime software from PST that allows E-Prime to control the eye tracker 2. Software • Must be capable of recording at least the following data (but not limited to):  Timestamps  Gaze position relative to stimulus (x and y)  Gaze direction from eye (x, y, and z)  Eye position in space (mm)(x, y, and z)  Eye position relative to box (x, y, and z)  Pupil size of each eye  Validity code of each eye  Stimuli- multiple stimuli recordings  Logged events  Screen content  Keystrokes and mouse clicks  Web page transition and scrolling information  External video input • Must provide at least the following features:  Replay test session at any time with gaze data  Visualization tools - Gaze plot - Heat map - Cluster - Bee swarm - Replay  Multi-person analysis - single visualization including several recording sessions from several test participants  Area of interest (AOI) tools, including automatic clustering of AOIs  Statistical analysis tool  Code important events during recording • Must be capable of performing automatic calibration procedure • Must provide live- and remote-view of the test sessions • Must be capable of exporting:  SPSS compatible data  Visualizations  Videoclips 3. Training, Documentation and Warranty • Must provide at least one paper copy and a digital file of the equipment and operation manuals. • Must provide a minimum of two years warranty for the hardware • Must provide a minimum of one year software contract:  Including minor and major software upgrades  toll-free technical support telephone line service Mon-Fri during normal working hours Express Warranty The contractor shall warrant the entire system for a period of at least two years. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery shall be FOB DESTINATION and shall take place not later than one month after contract award. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions *52.212-1, Instructions to Offerors-Commercial Items *52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses *52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2009)--ALTERNATE II (MAY 2009)-Commercial Items including subparagraphs: 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1, Buy American Act - Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-30, Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.237-2 Protection Of Government Buildings, Equipment, And Vegetation *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer's Authority *1352.209-73 Compliance With The Laws *1352.233-70 Harmless From Liability NIST Local Clause_04 Billing Instructions INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on Tuesday, August 4, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at christopher.ganey@nist.gov. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Chris Ganey, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Chris Ganey, Contract Specialist on 301-975-6205. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and four copies of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, preferably FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and four copies of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statement: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Basis for Award shall be technically acceptable/ lowest price.. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Technical capability must meet or exceed the Government's performance specifications. Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-71 SERVICE OF PROTESTS (MAR 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 Attn: Mark Langstein, Esquire FAX: (202) 482-5858
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/NB894040A06226/listing.html)
 
Record
SN02211984-W 20100722/100720235507-6b372f97df8e02d01d139a48a55d075b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.