SOLICITATION NOTICE
67 -- 3D MOTION CAPTURE SYSTEM
- Notice Date
- 9/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC06172662Q
- Response Due
- 9/15/2006
- Archive Date
- 9/11/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This notice 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; offers are being requested and a written solicitation will not be issued. NASA/Glenn Research Center (GRC) has a requirement to collaborate and electronically share information with the Cleveland Clinic. The Cleveland Clinic has an existing Vicon Motion Capture System. Therefor, NASA/GRC intends to purchase one 3D Motion Capture System in order to meet the collaboration requirement. This notice is being issued as a Request for Quotations (RFQ) for: ITEM 1, Qty. 1, Vicon MX13 System or Equal; ITEM 2, Qty. 1, Documentation; ITEM 3, Qty. 1, Installation, Checkout and Training. Item 1 shall contain the following features and meet the salient characteristics listed below: ITEM 1: Vicon MX13 System or Equal The 3D motion capture system shall consist of a complete standalone 3D motion capture system, peripherals, accessories, and software, and consist of at a minimum; 3 ea. Hi resolution cameras with near infrared strobes, real-time kinematic software package, computer workstation, accessories for biomechanics evaluations. a. The 3D motion capture system shall be able to seamlessly share information with the Cleveland Clinic Vicon Motion Capture System. b. Shall have minimum three high resolution high speed cameras with 1.3 megapixel resolution. c. Shall allow calculation of the center of the marker location. d. Shall capture full gray-scale images offline and allow marker centers to be found offline. e. Shall allow differentiation of overlapping markers. f. System accessories shall include tripods and pan-tilt heads to allow motion capture of markers located up to 10 feet vertical distance from ground level. g. Software shall allow true real-time display of kinematic data. h. Software shall allow multimedia report generation. i. Software shall include a full body kinematic and kinetic model. j. Software shall allow visualization and modeling of muscles. k. Vendor shall electronically interface the motion capture system with force plate (Kistler Corp.) in the GRC Exercise Countermeasures Lab for time-synchronization of motion capture and ground reaction force data. l. Vendor shall provide a minimum of 1 year unlimited e-mail and phone technical support. ITEM 2: DOCUMENTATION One set of comprehensive hardware and software manuals which may include but is not limited to user, system, troubleshooting , and maintenance. ITEM 3: INSTALLATION, CHECKOUT AND TRAINING A. The contractor shall include all labor and travel expenses for installation and system performance verification at NASA Glenn Research Center (GRC) within an agreed upon time after ARO. The set-up shall insure that Item 1 meets all functionality specifications listed in this document. Set-up shall be performed Monday-Friday, non-federal holidays, during normal business hours at NASA GRC (typically 8 a.m. to 5 p.m.) B. The Contractor shall include a minimum of one day on-site operational training to coincide with the system verification. The provisions and clauses in the RFQ are those in effect through FAC 05-09. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 334119 and 1,000 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery of Items 1 through 3 shall be to NASA Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135 (Receiving, Bldg. 21) and is required within 56 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 15, 2006, 4:30 p.m. local time and maybe mailed or faxed to Marilyn D. Stolz, 21000 Brookpark Road,, M. S. 500-306, Cleveland, OH 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: None. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: None. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Marilyn D. Stolz not later than September 13, 2006. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. The following best value criteria shall also be considered: 1) warranty and 2) technical capabilities exceeding the minimum stated in this solicitation. It is critical that offerors provide adequate detail to allow evaluation of their offer. (See FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#122134)
- Record
- SN01140199-W 20060913/060911221850 (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 |