Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

VAMC, 2002 Holcombe Blvd., Houston, TX 77030-4298

65 -- HUMAN PERFORMANCE CAPACITY MEASUREMENT SYSTEM SOL RFQ 580-42-98 DUE 092198 POC Contracting Officer, Cathy Edwards, (713) 794-7423 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; proposals are being requested and a written solicitation will not be issued. The number assigned to this request for quotation is: RFQ 580-20-99. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-07. This is an unrestricted solicitation under standard industrial classification (SIC) code 3845; size standard is 500 employees. The following system is to be delivered FOB Destination, within 30 days of receipt of order, to the VA Medical Center in Houston, TX. Human Performance Measurement, Inc.'s (or equal): Item 1 (Basic Element of Performance) BEP 0 Multiple Module Server; Item 2 BEP 1 Central Processing and Upper Extremity Motor Control; Item 3 BEP II Lower Extremity Motor Control; Item 4 BEPIII (ICU) Isometric Strength Interface and Control Unit; Item 5 BEP IIIa Universal Isometric Strength Transducer; Item 6 BEP IIIb Grip Strength Transducer; Item 7 BEP IIID Cable Tensiometer Transducer; Item 8 BEP IV Postural Stability; Item 9 BEP V (ICU) Steadiness/Tremor Interface and Control Unit; Item 10 BEP Va Steadiness (Tremor) Sensing Frame; Item 11 BEP VII (ICU) Range of Motion and Posture Interface and Control Unit; Item 12 BEP VIIa EDI 320 Angle Sensing Head; Item 13 BEP VIII Single Point, Real Time 3D Digitizer; Item 14 BEP IX (ICU) Tactile Sensation Interface and Control Unit; Item 15 BEP IXa Vibration Perception; Item 16 BEP XI Speech/Hearing; Item 17 BEP XII (ICU) Hand Performance Interface and Control Unit; Item 18 BEP XIIa Motor Performance Unit (MPU); Item 19 BEP GM Graphics Module; Item 20 ASDMS-1 Activity State Detection and Monitoring System; and Item 21 Operating and Service Manuals for the system. Quantity for each item is 1 each. Submit itemized price along with the total price for thesystem. Price should include set up or on-site installation. To be considered acceptable, an equal system must provide or possess the following functional or physical characteristics: As a system of modular measurement instruments, each module can be used individually or in concert with other modules. Each module should use the same universal software. Tests results should be automatically integrated from the different instruments into one of several standard reports for individuals or data grouped for research purposes. Each module should be portable. System should provide a comprehensive, disease-independent set of measures which together can describe the subject's abilities, as well as "predict" success at more involved tasks. Facilitates the study of psychometric performance by using a subset of measurements that incorporates modular, precision instrument devices to acquire objective measures of performance. Noninvasive testing. Supply instruments with databases representing more than 3,000 different subjects (more than half representing normal subjects ranging in age from 20 through 80 years of age) with an average of 125 different measures for each subject. No less than 20 samples per age decade per measure. Data base should contain a broad range of performance measures for multiple populations. Instruments must measure strength, postural stability, visual information processing, and lower extremity speed, reactions, and coordination. The provisions at clause 52.212-1 Instructions to Offerors- Commercial, applies to this acquisition with the following addenda: 52.214-21 Descriptive Literature and 852.211-77 Brand name or equal. Provisions at clause 52.212-2 Evaluation -Commercial Items apply; factors used to evaluate offers are: Technical capability of the item offered to meet the Government's requirement; past performance; and price -- in that sequence. Information (3 references) will be requested after receipt of the quotation so that the contracting officer can ascertain past performance. Offerors should include a completed copy of the provisions at clause 52.212-3 Offeror Representations and Certifications -- Commercial Items (available at http://www.arnet.gov/far/) with their quotation. Clause 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition along with the following addenda: Clauses 852.211-70 Requirements for operating and maintenance manuals; and 852.211-71 Guarantee (one year guarantee). Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items and the following FAR clauses cited with it apply: 52.222-35 Affirmative Action for Disabled Veterans and Veterans for the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act -- Supplies, and 52.225-18 European Union Sanction for End Products. Submit quotations to the Contracting Officer's attention at the VA Medical Center in Houston, TX no later than 2:00 p.m. September 21, 1998. Faxed quotations are not acceptable. Questions regarding this solicitation should be directed to the Contracting Officer, Cathy Edwards at 713/794-7423 or faxed to 713/794-7869. Posted 08/25/98 (I-SN241727). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0375 19980827\65-0007.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page