Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

65 -- UPGRADE OF VICON SYSTEMS THAT WILL ALL MOTION FOR

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-250-07-RQ-0162
 
Archive Date
11/5/2007
 
Description
DESCRIPTION: 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; quotes are being requested. Solicitation Number VA-250-07-RQ-0159 is being issued as Request for Quotes (RFQ) and the intent is to award a fixed firm contract for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This requirement is a 100% service disabled veteran owned small business set aside for commercial items under the North Atlantic Industrial Classification System (NAICS) Vicon MX System; Size Standard 500 employees. DESCRIPTION: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, Ohio 44106, (hereafter known as the VAMC), is seeking a Vicon MX System that is qualified as a "brand name or equal to" is acceptable. This System will provide state of the art digital motion capture system will insure uninterrupted data collection, facilitate computationally intense data processing and provide for a greater number of collaborative projects within the rich and extensive local research community that concentrates on musculosketal health and motor control. This will be a one-time procurement. REQUIREMENTS: (1) An updated state-of-the-art digital motion capture system is necessary for collecting clinical data without interruption due to equipment failure and essential for enhanced data throughput. The system update will increase the number of quantitative assessments of gait and posture and allow them to be performed in a substantially reduced amount of time, thus significantly improving the quality and efficiency of clinical care for returning OIF/OEF veterans. Modernizing our existing laboratory resources will improve our capabilities to address the needs of OIF/OEF veterans with motor control dysfunction or sensory impairments due to traumatic brain injury (TBI), spinal cord injury (SCI),visual, proprioceptive or vestibular disorders, as well as stroke, multiple sclerosis (MS), Parkinson's Disease (PD) and diabetic neuropathies common imaging veterans of previous conflicts. The updated instrumentation will be particularly important to the proper prescription, fit and alignment of upper and lower extremity prosthetic devices, as well as surgical decision making and the quantitative pre- and post-operative assessments of surgical reconstructions following injuries resulting from burns and orthopedic trauma (BOT). In addition to these obvious advantages, a modern motion capture system will provide real-time biofeedback capabilities to extend our current treatment options to include novel interventions that address the priorities of returning veterans from OIF/OEF, especially as they relate to new care lines involving advanced limb prosthetics and orthotic systems. The new real-time capabilities provided by the upgraded equipment will also allow implementation of innovative virtual reality based therapies that may be applicable to individuals with post-traumatic stress disorder (PTSD) or other high incidence complication resulting from current military service. PRICING AND LINE ITEMS: This contract is a one-time procurement. The following items must be "Brand Name or Equal To": 1. VICON MX System F20 Camera - 2.0 mega pixel resolution up to 500 frames per second. This VICON MX system also includes: 10 Near Infra Red Strobes 10 Lenses 2 MX Ultra Net 10 50m camera cables; 2. VICON Nexus Software includes: Integrated Kinematics Software package with real time data capture Easy to learn, Easy to Use Native Real Time Customize Everything Seamless Video Past Present, Future Perfect; 3. VICON Polygon 3.0 Full Version includes: Enhanced version of PG with Muscle Modeling Module Used for visualization and modeling of muscles with control over wrapping objects Integrated with Real Time Analog data to provide more feedback Full body kinematics and kinetic model included Multimedia Report Generation Stand-Alone Report Viewer Batch Processing of .c3d data Complete integration with VICON Eclipse database; 4. VICON Body Builder Software includes: Flexible kinematic and kinetic modeling software package. Complete set of editing tools included with software Plug-In Modeler allows user to run model in Nexus Pipeline. 5. VICON Plug-in Toolkit, Set of utility plug-ins used to obtain valuable information from 3-D data. Including: Event Correlator, Event Generator, Butterworth Filter, Event Analyzer and ASCII importer; 6. VICON PECS Control includes: The Pipeline External Communication Server, or PECS is an extension to Nexus that provides an ActiveX interface for other programs 7. MXControl component includes: The MX Control allows acquisition of data from 3rd party analog devices, including force platforms, EMG systems, and other analog systems. 4k Hz per channel max. data rate if all 64 channels used; Software permits selection of active channels, date rates, gains and offsets; 8. MX Control BNC Interface Unit - Allows easy connection for force platforms, EMG systems, etc; 9. VICON MX Biomechanics Accessory Kit includes: Assorted reflective markers, tape, and five-point MX calibration wand;10. 1 year of "Complete" Service Level Support Agreement; 11. VICON On-Site Installation and Training 12. Vicon Single Duo-Core Processor computer workstation The contractor shall provide a description of the system and its components along with pricing information. Quotes must contain a proposed installation timeline. The total price offered shall include all other charges, (e.g., to include but not limited to installation, maintenance, training, and local taxes). Based upon VAMC requirements the contract may be modified to add additional components as needed. PROVISIONS AND CLAUSES: The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions, delete paragraphs (h) and (i) of the standard provisions. In accordance with Federal Acquisition Regulation (FAR 52.212-2 Evaluation-Commercial Items) all offers will be considered for BEST VALUE in descending order of importance. The technical elements are significantly greater than the price element. (1) Technical: (a) Quality of system; (b) overall features of systems. (2) Past performance: please include three references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating; (3) Price: Quote for each line item; including but not limited to: cost of system, and cost of installation. (4) Warranty: Indicate terms; (5) Installation: 30 Days FOB Destination is requested, the government will arrange for a third party carrier if the estimated shipping cost is in excess of $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran? owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. Submit written offers only, oral offers will not be accepted. 52.211-6, Brand Name or Equal applies to this acquisition. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: Payments under this contract shall be made to the address indicated in your quote. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222?36,52.222-37,52.225-3 Alternate I. Clause 852.270-4 Commercial Advertising applies to this acquisition. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Antoinette Collins (Antoinette.Collins@va.gov) in writing by e-mail or fax only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Questions submitted after September 6, 2007 that may affect the competitive process can not be addressed. Quotes are due no later than COB, 4:30 p.m. EST September 14, 2007. Quotes can be sent by email Antoinette.Collins@va.gov or fax to 440-838-6052. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.go
 
Web Link
VA LINK
(http://www2.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA%2D250%2D07%2DRQ%2D0162/WWW.VA.GOV)
 
Place of Performance
Address: 10701 EAST BLVD;CLEVELAND, OHIO 44106
Zip Code: 44106
Country: UNITED STATES
 
Record
SN01396898-W 20070908/070906220852 (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.