AWARD
70 -- C-Motion, Inc. Visual3D Professional Software
- Notice Date
- 9/19/2017
- Notice Type
- Award Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-T-0424
- Archive Date
- 10/31/2017
- Point of Contact
- Shylonda Y. Minter, Phone: 3016199524
- E-Mail Address
-
shylonda.y.minter.civ@mail.mil
(shylonda.y.minter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W81XWH-17-P-0424
- Award Date
- 9/19/2017
- Awardee
- C-Motion,Inc.
- Award Amount
- $10,795.00
- Description
- **REDACTED JA 17316** Sole Source Justification (SSJ) in accordance with FAR subparts 13.106 or 13.5 using Simplified Acquisitions Procedures (SAP) 1. Contracting Activity: U.S. Army Aeromedical Research Laboratory (USAARL) located at 6901 Farrel Road, Fort Rucker, AL 36362. 2. Requiring Activity: U.S. Army Aeromedical Research Laboratory (USMRL) Injury Biomechanics Division (IBD) located at 6901 Farrel Road, Fort Rucker, AL 36362. 3. Nature of Action: X Commercial Item __ Non-Commercial Item _New Requirement __ Follow-on Requirement _Mod to Existing Purchase Order/Contract Number Pricing:X Firm-Fixed Price _Time & Materials** _ Cost* * See FAR 12.207(a) ** See FAR 12.207(b). For Hybrid Contracts, list percentage of each type of pricing: *Firm Fixed Price: X **Time & Materials:___ *Cost: ___ Funds: X RDT&E _Operations and Maintenance, Army (OMA) Other Funds: Fiscal Year of Funds: 2017-2018 Estimated Total Dollar Value including Options: 4.Contractor Name: Name of Proposed Contractor(s): C-Motion, Inc. Street Address: 20030 Century Blvd, Suite 104A City, State, Zip: Germantown, MD, 20874 Phone: DUNS: 5.Description of Supplies/Services:The action is to purchase new "Visual3D Professional" software licenses, initial training, nd maintenance support. This requirement is for real-time motion capture data analysis and reporting software called "Visual3D Professional" that allows for real-time motion capture data analysis, signal processing, 30 visualization, modeling, and reporting. The software provides the latest mathematical techniques and models for calculating kinematics and kinetics, optimizations, signal processing, forces and force structures through auxiliary devices. The software also seamlessly integrates with force sensors, force platforms, instrumented treadmills, and electromyography sensors. In addition, the software includes pathways for customized computations and analysis pipelines. Maintenance renewal includes, but is not limited to: normal business hour telephone, email, and web support; automatic shipments of all software updates at the time of release; and access to online self-help resources. The full minimum essential characteristics are attached. 6. Authority Cited: X 41 U.S.C. 1901 OR __ 41 U.S.C. 1903 X(a) FAR 13.106-1(b)(1)(i): Only one source reasonably available (e.g., urgency, exclusive licensing agreement, brand name or industrial mobilization); OR __(b) FAR 13.106-1(b)(1)(ii): Only one source can provide a portion of the purchase that is a particular brand-name item; OR __(c) FAR 13.501(a)(1)(i): Only one source reasonably available (including brand name); OR __(d) FAR 13.501(a)(1)(ii): Only one source can provide a portion of the purchase that is a particular brand-name item. 7.Reason for Authority Cited: USAARL currently owns two complete VICON motion capture systems and VICON Nexus motion capture software to conduct research related to kinematics of human volunteers. The VICON Nexus software is largely limited to data capture and only provides a few user-developed methods for data quality control and analysis. In order to effectively organize, manage, analyze, and report data, two "Visual3D Professional" software licenses, initial training, and maintenance support are required. "Visual3D Professional" seamlessly integrates with USAARL's existing motion capture systems, including third party devices (such as the instrumented treadmill, force places, and EMG systems). Visual3D will allow USAARL to run and process a range of verified and optimized kinematic models on acquired motion capture data, increasing the quality of analysis. In addition, Visual3D utilizes native tools to support virtual motion tracking, allowing researchers to capture data not previously acquirable. Page 2 of 5 _______________________________________________________ This software package simplifies the analysis process, while increasing research capabilities and quality, thereby expediting research milestones. In addition, several collaborators within the community utilize this software, which could provide benefits in cross communication and utilization of data. C-Motion, Inc. is the only authorized manufacturer of these specific software components as well as the associated maintenance updates in the U.S. 8.Efforts to obtain Competition: a.Effective competition. Market Research has revealed that the manufacturer does not work with any authorized resellers. b.Subcontracting competition. NIA 9.Actions to remove or overcome barriers Competition: At this time there are no planned subsequent acquisitions for the required supplies beyond this order. Market Research will be conducted prior to any subsequent acquisitions to ensure no other vendors are capable of fulfilling the Government's requirement in the future. 10.Market Survey: In preparation for submitting a request for the C-Motion Visual3D software licenses and maintenance support, an internet search was performed by USAARL on 24 May 2017 and again on 7 September 2017 by USAMRAA, and both found that C-Motion has no official resellers of their products in the United States. 11.Interested Sources: A combined synopsis/solicitation will be posted to FBO to give any and all interested parties the opportunity to participate in this requirement. 12.Procurement History and any other facts: a.Previously competed: N/A b.Previous authority for less than Full & Open Competition: N/A c.Previous authority for less than Full & Open Competition: N/A ________________________________________________________ Control No: JA17316 13.Technical I Requirements Certification: I certify that the support data under my cognizance which are included in this SSJ are accurate and complete to the best of my knowledge and belief. Page 4 of 5 _________________________________________________________ 14. Contracting Officer Certification and Approval: I certify that this justification is accurate and complete to the best of my knowledge and belief. Based upon the facts described herein, I hereby determine that the anticipated price/ cost to the Government will be fair and reasonable, and a determination of price reasonableness will be documented and placed in the contract file. Contracting Officer Signature: Printed name: Agency/Position: Army Medical Research Acquisition Activity (USAMRAA)/ Contracting Officer: E-Mail Address: Date: 7 September 2017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0424/listing.html)
- Place of Performance
- Address: W03Y USA AEROMED RSCH LAB, MS LESLIE WILLS, U.S. Army Aeromedical Research Laboratory, 6901 BLDG 6901, FERRELL RD, FORT RUCKER, Alabama, 36362-5152, United States
- Zip Code: 36362-5152
- Zip Code: 36362-5152
- Record
- SN04684276-W 20170921/170919232029-b63a85f7c346fe31c7b95d6f957e5c45 (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 |