SOLICITATION NOTICE
65 -- Kinematics Full Body Measurement Systems
- Notice Date
- 3/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025918N0044
- Archive Date
- 4/6/2018
- Point of Contact
- Merlinda M Labaco, Phone: (619) 532-8122
- E-Mail Address
-
merlinda.m.labaco.civ@mail.mil
(merlinda.m.labaco.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to APDM, Inc. located at 2828 SW Corbett Ave., Ste 130, Portland, OR 97201-4811. Requirement is for purchase of one (1) V2 Full Body Moveo Explorer Kinematics System with 15 Opal Movement Sensors; three (3) V2 Opal Wearable Sensor; six (6) V2 Strap - Wrist and Ankle; two (2)V2 Strap - Lumbar, and two (2) V2 Strap - Sternum. The Extremity Trauma and Amputation Center of Excellence (EACE) at the Naval Medical Center San Diego (NMCSD) has a congressionally-mandated mission to serve as the joint DoD-VA lead element focused on the mitigation, treatment and rehabilitation of Service Members and Veterans with traumatic extremity injuries and amputations. The established EACE Movement Retraining Clinic (MRC) requires a research-grade, non-optical, integrated hardware and software system to measure body segment kinematics based on inertial measurement unit (IMU) technology. The system must provide estimates of three-dimensional orientation in both real time and post-processed analysis as both individualized sensors and as a synchronized whole-body network. The IMU sensor hardware must have completely wireless interconnection, a range of at least 30 meters, at least 8 hours of full operation battery life, a latency of <30ms in real time streaming mode, and sample up to 200Hz for orientation estimates. Modeled joint kinematics must include the ankle, knee, hip, lumbar, trunk, shoulder, elbow, and wrist. Automated processing time after recording should not exceed 3 minutes. System must provide validated, normative able-bodied data for all measured biomechanical metrics for comparison against measured data. Validation reports must also be present in the scientific peer-reviewed literature for the hardware and measured gait metrics. APDM, Inc. is the only manufacturer that can provide these salient characteristics mentioned above. The APDM Moveo solution is the only system that meets the requirement of allowing low-power continuous data logging for greater than 28 days, independent of a receiver and base computer, while also having completely wireless interconnection between all componentry. Additionally, the APDM Mobility Lab and Moveo proprietary software are the only known solution that facilitates processing the IMU raw data directly to graphs in a clinical report, format, for use in specific physical therapy outcome assessment, to include the Timed Up and Go, five-Timed Sit-to-Stand, Clinical Test of Sensory Interaction and Balance. Metrics calculated must include at minimum: gate speed, gait cycle duration, foot strike angle, toe out angle, trunk and lumbar ranges of motion, and discrete measures of postural sway. The APDM solution is also the only system that includes normative able-bodied data for all tests. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements are due by 3:00 PM Local Time, 22 March 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: merlinda.m.labaco.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0044/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04852659-W 20180315/180313231349-9734b340aaa277950b77441ea3c76f97 (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 |