Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- MOTION CAPTURE SYSTEM SOL RQ2000-035 DUE 091300 POC Brenda Goodwin, 304/285-5882; Contracting Officer, Rex S. Wolfe, Jr., 304/285-5883 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. RP2000-035 This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The National Institute for Occupational Safety and Health (NIOSH) has a requirement for ONE (1) each of a 3D motion analysis system to study the working posture of a tool operator and the vibration transmitted to the shoulders, neck, back, and head. Information provided must demonstrate that the proposed system meets the following requirements: (1) The system must have atleast three high-resolution motion capture units with infrared strobe. The units must consist of capture and processing hardware housed in one compact, portable unit; (2) The motion analysis system must be capable of capturing and tracking motion at any integer frequency between 1 and 1000 Hz.; (3) The motion system must be able to work properly when sparks generated by power hand grinders will be in the camera field of view; (4) Proper camera lenses must be included. Vendors shall quote separate pricing for each the following lenses: 35mm, 50mm, 70mm, and 75mm. (focal length will be specified at time of purchase). All power cords and camera cables must also be included; (5) Service port on motion capture unit (MCU) used to update communication software (firmware); (6) A control port on MCU is required for triggering system and also synchronization of other analysis equipment; (7) The system shall use passive retro-reflective markers of varying sizes (2.5mm 40 mm) to track movement; (8) Data shall be transmitted to the PC or to a laptop. (Vendor shall specify minimum computer requirements for the system, and offer separate pricing to furnish the PC/laptop and monitor); (9) The system must be capable of dynamic, automatic calibration of large and small volume within a few seconds. It should not require special stationary 3D calibration frames. Dynamic calibration wand, reference frame and carrying case should be included; (10) Camera linearization to correct for lens distortion should be performed at our laboratories specific to each camera and lens; (11) Movement capture must be capable of being initiated by PC control, external trigger or trigger from analog equipment; (12) The system must be able to monitor camera field of view prior to capturing motion on PC monitor; (13) The system must be able to define and manipulate (optimize) tracking parameters for specific experimental conditions to increase the ability of the system to track markers automatically; (14) Full perspective 3D representation of workspace, markers and trajectories with scaled floor area and display of axis alignment are required. Mouse controlled 360 degree rotation and zoom are also required; (15) The system must be able to view and edit 3D data after collection, within the software of the motion analysis software (interpolate gaps by a cubic spline); (16) The system should be able to export data in several different formats, such as TSV, C3D, CME. ASCII format is also desired; (17) Software to be run in MS Excel to perform kinematic analysis; (18) It is desired that the maximum precision/resolution of displacement should be as high as possible. Overall system accuracy and precision of length and displacement measurements must not be less than +/- 0.1cm (1mm); (19) At least one-year warranty on system hardware is required; (20) Hardware and software service and support (phone, fax and email) should be free for at least one year; (21) Software must be installed and computer must be configured specific to application in our lab to eliminate any possible software or hardware conflicts. Complete system must also be tested specific to application; (22) The vendor must carry out delivery, installation and conduct on-site training; (23) We should be able to easily access updates and new releases of software when available including a complete set of updated documentation when appropriate. The Government desires delivery within 30- 45 days after receipt of order. EVALUATION FACTORS: Offers will be evaluated for technical compliance with the specifications. Frequency range (Item 2 of specs) and resolution of displacement (Item 18 of specs) will be vital considerations. The Government anticipates one award to the responsive, responsible offeror whose proposal is considered most advantageous to the Government. Offers shall propose based on a delivered price, F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided must demonstrate the unit's ability to meet the stated Technical requirements (specification) or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)", 52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)", 52.203-6 "Restrictions on Subcontractor Sales to the Government, With Alternate I"; 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Concerns; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers With Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129)." OFFERS ARE DUE SEPTEMBER 13, 2000, 2:00 p.m. local prevailing time. The offer acceptance period shall be at least 30 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation RQ2000-035, 1095 Willowdale Road, Morgantown, WV 26505: (1) Original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Supplies/Services (vendor proposal) containing Part Numbers and Pricing, a delivery schedule, and published price lists (if available); (3) Completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature, tables, etc. which demonstrate compliance with specifications for evaluation purposes; and (5) acknowledgment of solicitation amendments, if any. Facsimile Offers are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a firm fixed-price contract is anticipated. Information regarding this notice can be obtained from Brenda Goodwin at (304) 285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. Posted 08/22/00 (W-SN488533). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0289 20000824\66-0009.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com