Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

99 -- NEUROTRACKERS

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0177
 
Archive Date
6/19/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0177, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 April 2012. This procurement is UNRESTRICTED and the associated North American Industrial Classification Code (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: This procurement is a brand name or equal (COGNISENS ATHLETICS,INC). If quoting equal please submit specifications with your quote. Section B - Schedule of Supplies and Services CLIN NeuroTracker Perceptual Cognitive Training System Quantity Unit of Issue 0001 The Contractor shall provide the delivery, installation, and 3 EA user training for the training system. The Government has a requirement for a perceptual-cognitive training system that will improve the situational awareness, multiple target tracking and decision making efficiency of soldiers as it relates to combat. This System should be able to measure perceptual performance against baseline criteria to evaluate the quality and efficacy of current neurobiological activity. The training system shall meet the following objectives. • Improve Multiple Object Tracking (MOT) ability through the use of 3D stereoscopy in an immersive virtual environment that mirrors real-life perceptual-cognitive processes. • Provide objective baseline data to measure performance improvement. • Train the individual's ability to process complex motion, improving situational awareness by allowing the simultaneous perception of several targets in a chaotic environment. • Enhance the individual's ability to spread attention throughout the visual field, conditioning them to use peripheral vision cues to track targets simultaneously. • Improvement of the individual's ability to process visual information and reduce response time so that more time is available to make effective tactical decisions and identify threats. • Train the individual's ability to better track multiple targets under pressure. • Increase the ability to perceive biological motion (body movements) and make predictions on future movement and positioning. • Use as profiling tool, evaluating the perceptual-cognitive ability of potential command members. The training system shall meet the following requirements. • Shall be non-invasive • Shall include a minimum of seven (7) different types of training sessions to train a range of perceptual skills. • Sessions shall be able to be completed within ten (10) minutes or less so it can easily be integrated with other training. • Shall be able to track speed of performance. • Shall have dual person training option. • Individual and group data shall be able to be produced for comparison purposes. • Shall have both a permanent and portable version of the training system. • Shall include a software option that can be set to user requirement. • Shall include protocols and measurement of cross-modal training. o Incorporation of physical conditioning exercise as a dual task combined with perceptual-cognitive task. o Tactical and strategic motor skills as dual task combined with perceptual-cognitive tasks. Delivery date: 30 DAYS ARO Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination The following provisions and clauses are incorporated into the RFP: CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate I (Oct 1995) Sep 2006 FAR 52.203-10 Price or Fee Adjustment For Illegal or Improper Activity Jan 1997 FAR 52.204-7 Central Contractor Registration Feb 2012 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Feb 2012 FAR 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment Dec 2010 FAR 52.211-6 FAR 52.211-14 Brand Name or Equal Notice of Priority Rating for National Defense Use Aug 1999 Apr 2008 FAR 52.211-15 FAR 52.212-1 Defense Priority and Allocation Requirements Apr 2008 Instructions to Offerors - Commercial Items Feb 2012 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Apr 2012 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Feb 2012 FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) Mar 2012 FAR 52.219-8 Utilization of Small Business Concerns Jan 2011 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Jul 2010 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Aug 2011 FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Oct 2003 FAR 52.233-1 Alt I Disputes Alt I (Dec 1991) Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation Apr 1984 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 Changes-Fixed Price Aug 1987 FAR 52.243-1 Alt I Changes-Fixed Price Alt I (Apr 1984) Aug 1987 FAR 52.249-8 Default (Fixed Price Supply & Services) Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Jan 2009 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep 2007 DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country Jan 2009 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Apr 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Dec 2009 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Oct 2011 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr 2003 DFARS 252.225-7012 Preference For Certain Domestic Commodities Jun 2010 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustments Mar 1998 DFARS 252.247-7023 Transportation of Supplies by Sea May 2002 SOFARS 5652.204-9003 Disclosure of Unclassified Information Nov 2007 SOFARS 5652.204-9004 Foreign Persons 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes 1998 SOFARS 5652-252-9000 Notice of Incorporation of Section K 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil. FAR 52.212-3 Alt I Offeror Representations and Certifications Commercial Items (APR 2011) - Alternate 1 Feb 2012 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 DFARS 252.212-7000 Alt I Offeror Representations and Ceritfications- Commercial Items (AUG 2007)- Alternate 1 Jun 2005 FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet specifications, past performance and price. The contractor shall provide its product details and literature for evaluation. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services or supplies performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officers are Ana Downes, telephone (757) 893-2722 and Christine Anderson, telephone (757) 893-2715. Point of contact for this procurement is Danyiele Peterson at phone number: (757) 893-2713 or email at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Danyiele Peterson by email at danyiele.peterson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Danyiele Peterson (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 2:00 P.M. Eastern Standard Time (EST) on 04 June 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0177/listing.html)
 
Record
SN02739602-W 20120506/120504235212-861942fbbf5c9f1d6a6f0f1284315c72 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.