SOLICITATION NOTICE
65 -- Motion Measurement System
- Notice Date
- 8/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management, (90C), N 4815 Assembly Street, Spokane, Washington 99205-6197
- ZIP Code
- 99205-6197
- Solicitation Number
- 668-08-02
- Response Due
- 8/15/2002
- Point of Contact
- Contracting Officer - Brian Thomas, Contracting Officer, (509) 434-7000
- E-Mail Address
-
Email your questions to Brian Thomas
(brian.thomas3@med.va.gov)
- Description
- The VA Roseburg Healthcare System intends to issue a sole source Request For Quote to VICON Motion Systems, for a Vicon 612 Motion Measurement System. NAICS: 421450. The Government believes that Mercy Medical Center is the only provider that will satisfy the agency requirements. This is a sole source procurement under the Simplified Acquisition Procedures, 38 U.S.C. 8153 and Other Than Full and Open Competition (FAR 6.302-1). This notice of intent is not a request for competitive quotes however; any firm that believes it can meet the requirements listed may give written notification to the Contracting Officer, VAMC Spokane, WA. 4815 N Assembly St, Spokane, WA., within seven (7) days from the date of publication of this synopsis. Supporting evidence must be furnished in sufficient detail, to the above listed address or via fax to (509) 434-7101. GOVERNMENTS MINIMUM REQUIREMENTS: 1. The system must use infrared strobed and shuttered video cameras so that data can be taken in normal indoor lighting conditions. 2. The cameras must be capable of capturing two-dimensional images with a resolution of 1280 by 1024 active pixels. 3. The cameras must support an active tracking range of around 38/47 degrees in both the horizontal and vertical dimensions using a standard 25mm/20mm lens respectively. A wide field of view is required to get full view coverage in a limited amount of space, and use of a standard lens avoids the distortion encountered with wide-angle lenses. 4. The system must be capable of collecting full body data using 9mm or smaller markers. Small makers allow higher accuracy in the generated data and reduce the likelihood of errors when two markers are nearly collinear with respect to a camera_s line of sight. 5. The system must have a fast (under 2 minutes) calibration process in which not all the cameras need to see the static calibration object. This capability is required for tracking a pair of subjects in separate camera groupings. 6. The system should also linearize the cameras during the calibration procedure and not require the use of a grid of markers for linearization. 7. The camera frame rate and strobe intensity must be software controlled. 8. The system must use passive retro-reflective markers to allow freedom of movement to patients. 9. The system must use direct, real-time video capture for maximum speed and accuracy of measurement and be upgradeable to real-time 3D reconstruction. 10. The system, PC and all cameras must require a total of no more than two standard household power point sockets for easy of installation and transportation. 11. The system must use an IBM compatible PC for compatibility with existing computers. 12. The operating system must be Microsoft Window NT or Windows 200 or XP for compatibility with existing software. 13. All software must follow conventional Windows commands with graphical user interfaces for operator convenience and reduced learning times. 14. The system must be network compatible for access from multiple PCs simultaneously preferably utilizing 100 base T. 15. The system must be capable of expansion to 12 cameras. 16. The software must be capable of integrated Biomechanical modeling in the same single software executable as capture. 17. The system must allow for sample skipping and data capture for 24 hours. 18. The system must be capable of Post Event Triggering to prevent lose of single occurrence events. 19. The system must have 64 channels of integral, synchronized analogue to digital conversion. The software must provide easy interface to force plates and muscle activity data (EMG). 20. Processed video and analogue data must be held within the same data file. 21. Movie video cameras must be able to be synchronized and captured to disc. 22. Automatic dynamic calibration with no pre-identification of calibration targets is required for speed, ease and repeatability of calibration process. 23. The system must be capable of automatic 3D reconstruction and labeling of up 400 markers and 12 cameras without operator intervention or pre-identification of 2D images. 24. The system should have the ability to output in real time _ translational (measured or calculated) and rotational data (hierarchical, skeletal data) at the same time have the tools to process captured data offline if Real Time Software is purchased. 25. A clinical gait analysis software package operating under Microsoft Windows must be provided. The software should follow well-proven clinical methodologies to provide 3D bilateral analysis of kinematics, moments and EMG. 26. The software must be capable of providing color printout of reports on an inkjet or similar high-resolution printer. 27. Transfer of clinical report data to spreadsheet, WP and presentation software packages must be straightforward. 28. A database for storage of clinical report data and patient information must be provided. 29. The Contractor must provide installation and on-site training. 30. The Contractor must provide references to users in a similar field worldwide. 31. The software must be capable of providing a complete multimedia report including the following panes: Full rendered 3D skeleton or other mesh, synchronized video, complete graph window (synchronized, normalized or statistically analyzed), and a hyperlink text pane. 32. The software must be capable of exporting the multimedia report to a compressed file that can be e-mailed or sent on a CD to any Windows PC user in the world. 33. The software must be capable of importing normal data, physical exam reports, x-ray images, digital pictures or other visual assessments. 34. The software must be capable of displaying side 3-D rendered meshes from two different.c3d files. For example pre- and post-op data or before and after data. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, VAMC Spokane will proceed with the sole source Request For Quote to VICON Motion Systems. RFQ 668-08-02. URL http://www.bos.oamm.va.gov/solicitation?number=668-08-02 Brian Thomas EMAIL brian.thomas3@med.va.gov.
- Web Link
-
RFQ 668-08-02
(http://www.bos.oamm.va.gov/solicitation?number=668-08-02)
- Record
- SN00136135-W 20020810/020808213422 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |