Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DE), Warren, MI 48397-5000

A -- OPTICAL MOTION CAPTURE SYSTEM SOL DAAE07-00-R-L018 DUE 060700 POC Buyer, Dale Pement (810) 574-7290; Contracting Officer, Rob Kozinski (810) 574-8130 E-MAIL: CLICK HERE to contact the Buyer via E-mail, pementd@tacom.army.mil. . a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. b. This solicitation number DAAE07-00-R-L018 is issued as a request for proposal (RFP), on a sole-source basis to Vicon Motion Systems, Tustin, California, for the Optical Motion Capture System described hereunder. Vicon developed this system, used for modeling 3-D real-time human motion. For the solicited requirement, we intend to acquire 10 standard, and 6 miniature digital cameras. In addition, we will acquire associated VICON BodyBuilder software, used for kinematic and kinetic modeling, & VICON Reporter software, used for graphical presentation of the data. Included in the above package are all associated peripheral items, equipment, software, authoring tools, plug-ins, andinitial user training. Delivery & installation will be completed at US Army TACOM, Warren, Michigan, within approximately 12 weeks after contract award. c. REQUIRED OPERATIONAL CAPABILITIES of the Optical Motion Capture System: (1) The system must use strobed and shuttered video cameras so that data can be taken in normal indoors lighting conditions. (2) The system must use passive retro-reflective markers to allow freedom of movement to patients. (3) The system must have the option to use Lip-Stick, similar to a snake light functional configuration, sized cameras with integral strobe. (4) The system must have the option to use both smaller Lip-Stick cameras and standard sized cameras at the same time. (5) The system must use direct, real-time video capture for maximum speed and accuracy of measurement. (6) The system should have the ability to output in Real Time -- translational (measured or calculated) and rotational data (hierarchical, skeletal data) at the same time, and have the tools to process captured data offline. (7) The system, PC, and all cameras must require a total of no more than two standard household power sockets for ease of installation and transportation. (8) The system must use an IBM compatible PC for compatibility with existing computers. (9) The operating system must be Microsoft Windows NT (95~98 optional) for compatibility with existing software. (10) All software must follow conventional Windows commands with graphical user interfaces for operator convenience and reduced learning times. (11) The system must be network compatible for access from multiple PCs simultaneously preferably utilizing 100 base T. (12) The system must be capable of expansion to 24 cameras. (13) The Software must be capable of integrated Biomechanical modeling in the same motion capture software executable. (14) The system must allow for sample skipping and data capture for 24 hours. (15) The system must be capable of Post Event Triggering to prevent lose of single occurrence events. (16) The system musthave 64 channels of integral, synchronized analogue to digital conversion. (17) The software must provide easy interface to force plates and EMG. (18) Processed video and analogue data must be held within the same data file. (19) Movie video cameras must be able to be synchronized and data captured to disc. (20) Automatic dynamic calibration with no pre-identification of calibration targets is required for speed, ease and repeatability of calibration process. (21) The system must be capable of automatic 3D reconstruction and labeling of up to 100 markers and 24 cameras without operator intervention or pre-identification of 2D images. (22) Transfer of ergonomic/clinical report data to spreadsheet, Word-Processing and presentation software packages must be straightforward. (23) A database for storage of ergonomic/clinical report data and patient information must be provided. (24) The system supplier must provide installation and on-site training. (25) The software must be capable of providing a complete multimedia report including the following windows: Fully rendered 3-D skeleton or other mesh, synchronized video, complete graph window (synchronized, normalized or statistically analyzed), and a hyperlink text window. (26) The software must be capable of displaying side by side 3-D rendered meshes for pre- and post-op data, i.e., before and after data. OPTIONAL SYSTEM CAPABILITIES: (27) The system supplier must provide references to users in a similar field worldwide. (28) The software must be capable of exporting the multimedia report to a compressed file that can be E-mailed or sent on a CD to any Windows PC user in the world. (29) The software must be capable of importing normal data, physical exam report, x-ray images, digital pictures or other visual assessments. d. This RFP is issued on a sole-source basis to VICON. Note 22 applies. VICON is the only known source that can offer the real-time motion capture and playback simultaneously, using both the standard size and miniature digital (lipstick) cameras. Size is a critical issue for our application as we are modeling human motion studies in the real-world confined space of a vehicle crew compartment. Also, VICON is the only known vendor to provide the ability to output motion data in the Engineering Animation Incorporated (EAI)-jack channelset motion data file format. We are willing to consider alternate sources offering COMPLETE systems (including the standard & miniature size digital cameras, motion/editing conversion software, and output to EAI-jack channelset motion data), but our market research indicated VICON as the only source to pull together everything into an integrated package. The procedures of FAR subpart 13.5 apply to this action. This action is not set aside in any way for exclusive small business participation. The corresponding SIC code is 7379, Computer Related Services, NEC. DPAS rating, DOA4. e. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15, dated December 27, 1999. All citations are FAR unless noted otherwise. f. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition, except that the submission of the "Remit To" address, item (b)(7), is not applicable, since payment will be made by electronic funds transfer. g. The provision at 52.212-2, Evaluation -- Commercial Items, is included. The specific evaluation criteria included in paragraph (a) are Technical Capability, Price and Past Performance. Paragraphs (b) and (c) do apply. h. Offeror(s) are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. i. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition, without addenda. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, as well as DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items also apply to this acquisition. j. Electronic offers are due to the Buyer on 07 June 2000, 2:00pm (Eastern, Detroit). See E-mail information provided within this notice. Posted 05/11/00 (W-SN454065). (0132)

Loren Data Corp. http://www.ld.com (SYN# 0010 20000515\A-0010.SOL)


A - Research and Development Index Page