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