SOURCES SOUGHT
58 -- Biomechanical Motion Analysis System
- Notice Date
- 8/17/2004
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Pittsburgh Healthcare System, Contracting Officer, (04A-H), 7180 Highland Drive, Pittsburgh, Pennsylvania 15206
- ZIP Code
- 15206
- Solicitation Number
- 244-04-00491
- Response Due
- 9/14/2004
- Point of Contact
- Contracting Officer - Marian Ropelewski, Contract Specialist, Ph:(412) 365-5455, Fx:(412) 365-5444
- E-Mail Address
-
Email your questions to Marian Ropelewski
(marian.ropelewski@med.va.gov)
- Small Business Set-Aside
- N/A
- Description
- The VA Pittsburgh Healthcare System, Highland Drive Division, Pittsburgh PA 15206 intends to negotiate with Vicon Industries, 525 Broad Hollow Road, Melville, New York, NY 11747 on a sole source basis pursuant to FAR 6.302-1, for purchase of Vicon MX System, required for transfer analysis (wheelchair) biomechanical motion analysis as well as other studies. The System must use (1) passive retro-reflective markers, to allow freedom of subject movement; (2) infra-red, Near IR or visible red strobed video cameras, to allow data collection under normal indoor lighting and (3) Gigabit Ethernet connection to the PC to deliver vast amounts of data from the cameras in real time. It must include 6 cameras, to allow whole-body 3-D measurement with simultaneous detailed hand and foot data collection but be expandable to 32 cameras with minimal additional hardware except cameras required. Only one power cord is to be required to power each 8 cameras. Each camera must be able to: Record 1280x1024 full frame greyscale pixels at speeds of up to 484 fps. Capture no less than 200 markers at a maximum speed of no less than 10000 Hz for recording of rapid whole body movements. Capture 2-dimensional images with a resolution of at least 1280 x 1024 pixels, to allow markers ? 6 mm in diameter to be accurately located (mean residual error < 1 mm) within a 2 m x 2 m x 2 m data capture space and (4) Support a wide range of lenses, to allow the lens to be appropriately matched to the data capture space. Cameras must be progressive scan at all speeds, to prevent blind spots and marker distortion. The camera strobe intensity and marker detection threshold must be adjustable (from within the software), to provide for accurate detection of marker boundaries. The location and orientation of each camera during a session must be automatically identified through a rapid (<2 min) calibration process. Linearization to correct for camera lens distortions must be performed during the calibration process. In addition, the start of data collection must be capable of being triggered manually or upon an external TTL signal. Post-event triggering capability is required, to prevent the loss of one-time events. The end of data collection must be capable of being specified manually, upon an external TTL signal, or after an elapsed time. 64 channels of integral, synchronized, 16-bit analog-to-digital data conversion are required, at sampling rates up to 4000 Hz, to allow data collection from force plates, EMG, and other external devices. These data must be accessible for display and processing through the system software. The system must capture, store to disc, and display synchronized movie data from a color video camera. Real-time output of measured and calculated translational and rotational data is required, for immediate verification of data quality and for providing of real-time feedback. The System is to have Real Time display of analog data in main software. For time efficiency in data processing, software must be capable of automatic 3-D reconstruction and identification/labeling of the paths of at least 200 markers from the camera data, without operator intervention or pre-identification of 2-D images. It must provide marker path editing capabilities, including: deletion and creation of points, path re-labeling, breaking and joining of paths, exchanges and copying between paths, and cubic splining across gaps. Editing must be possible in both an 3-D display and an X-Y-Z coordinate format. An undo capability is required. The System must possess Post-processing functionality for data filtering, biomechanical movement analysis, and processed data export. For time efficiency, the post-processing software must allow batch processing across a user-selected set of processes, subjects, and trials, without need for user interaction during processing. The capacity to add custom user-defined functionality to the post-processing must be provided. The post-processing software for biomechanical movement analysis must be capable of computing 3-dimensional joint kinematics and kinetics from marker path and force data. This software must allow the users to develop their own biomechanical analysis models, in addition to standard models provided. (BB) One standard model provided must presently be in widespread use for clinical gait analyses, to provide clinical acceptance for our associated results. (Plug-In-Gait) The output of the biomechanical movement analysis software must be saved in binary format, to conserve storage space, and must be exportable to ASCII files. For application to teaching, the system must be capable of providing a multimedia report that includes: interactive animated 3-D figures, synchronized video, and graph windows for synchronized, normalized, or statistically processed data. Such reports must be readable by any Windows PC and small enough to be e-mailed or fit on a CD. (Polygon) The system must run on an IBM compatible PC under Windows 2000/XP for compatibility with existing computers and software. It must be network compatible, preferably using 100 base T, to provide for simultaneous access from multiple PC?s to allow simultaneous data processing by multiple users. The software must have the ability be a Windows Active X Automation Server. This Plug-In will allow users to run MATLAB, LABVIEW, MS Word, Excel, or Access, C++ and others through the Workstation software to simplify the processing keystrokes dramatically. System must have the capability for at least 4 users to process data simultaneously. Installation and on-site training must be provided. Service contracts for hardware and software are to be available from the system supplier. Contracts are to include repair or replacement of defective components, support by telephone and e-mail, and periodic software updates. Firms who wish to identify their interest and capability to provide an alternate system which will meet the capabilities and functionality described above may notify the Contracting Officer in writing, no later than 4:30pm 9/14/04. Such notification must include a complete description of proposed equipment, including narrative and specifications, and must demonstrate that it meets or exceeds the capabilities described above. In addition, they must also provide documentation of (1) Customer Support Engineers on staff to immediately resolve any problem issues. (2) On-Line support tool for 24 hour access to FAQ?s, site incidents, information and other support related items and (3) References for other worldwide users of the system in biomechanics and computer animation. Notification shall be mailed to Marian Ropelewski, Contracting Officer (04A1-H), VA Pittsburgh Healthcare System, 7180 Highland Drive, Pittsburgh PA 15206. Upon receipt of any such notifications, the Contracting Officer will determine whether to conduct a competitive procurement or proceed with sole source negotiations. This notice is not a request for competitive proposals.
- Web Link
-
RFP 244-04-00491
(http://www.bos.oamm.va.gov/solicitation?number=244-04-00491)
- Place of Performance
- Address: Pittsburgh
- Zip Code: 15206
- Country: United States
- Zip Code: 15206
- Record
- SN00645314-W 20040819/040817212038 (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 |