Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2009 FBO #2637
SOLICITATION NOTICE

B -- Development of Electroadhesion Device for Improving Extension Ladder Stability

Notice Date
2/12/2009
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
 
ZIP Code
26505
 
Solicitation Number
000HCCJC-2009-67152
 
Response Due
3/2/2009
 
Archive Date
4/2/2009
 
Point of Contact
Rebecca S Mullenax, Phone: 304-285-5880, Kimberly P Groves,, Phone: 304-285-5885
 
E-Mail Address
rmullenax@cdc.gov, kpg0@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO ISSUE A PURCHASE ORDER. The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Division of Safety Research, Protective Technology Branch, 1095 Willowdale Road, Morgantown, WV 26505, hereby announces its intent to issue a purchase order to SRI International for development of electroadhesion device for improving extension ladder stability. SRI has recently developed the exclusive "know-how" and holds several patent applications for this technology. SRI has developed this technology in part under a contract with the Department of Defense, and the Government has certain rights to the patent pending inventions, currently available for licensing. SRI is an independent, non-profit research institute with rich history of innovation in conducting research and development for government agencies. It will be our advantage to work directly with SRI to develop the EA device prototypes at a minimum cost. This procurement is to develop a prototype of an electroadhesion (EA) device for improving extension ladder stability. At this "proof-of-concept" stage, the work will be limited only to improving the ladder stability in environments with simple geometry, i.e., ladder supported by a level surface and leaning on a vertical wall. Based on the NIOSH-specified technical requirements, the vendor will develop a set of EA pads and the associated control circuits. The vendor will also conduct a preliminary testing of the set of EA pads to evaluate their performance on a selected range of surfaces. NIOSH will use the EA devices for further evaluation on extension ladders. The vendor will perform 3 tasks: First, the vendor will develop several design concepts for the EA device and will discuss these concepts with the NIOSH project officer/ principal investigator (PO/PI). The NIOSH PO/PI will assist the vendor's researchers in selecting the design parameters to be considered in the device prototyping process, i.e., the level of adhesion forces, shape and dimensions, housing design, attachment methods and locations. One or two design concepts will be selected for further development and evaluation. Second, for each of the selected designs the vendors will develop two EA device prototypes - one "light-duty" and one "heavy-duty". Once activated, the EA device should be able to engage the ladder at its top or/and bottom support locations by applying forces normal to the support surface, and be able to counteract the shear forces generated during ladder user activity. Based on literature, a shear force of 20 kg is proposed as a goal performance level at each support location (top and/or bottom), however, it is recognized that the EA performance may vary with surface properties and conditions and that smaller forces may also be beneficial to enhance ladder safety. Third, the vendor will conduct a limited program of mechanical testing to characterize the performance of the EA devices. The testing methodology will be discussed and coordinated with the NIOSH PO/PI. The evaluation program may include tests to determine the maximum resistance to normal and shear force during static and dynamic loading on a range of common construction materials, i.e., wood, drywall, brick, concrete, tile. Responsible sources that believe they possess the expertise and capabilities identified above are encouraged to submit to the Contracting Officer within 15 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages. Please forward the capability statement and pricing information to Rebecca Mullenax, Purchasing Agent, Reference 000HCCJC-2009-67152, Centers for Disease Control, NIOSH, ATTN: Rebecca Mullenax, MS: GD, 1095 Willowdale Road, Morgantown, WV 26505. All vendors must be registered in the Central Contractor Registry (CCR) prior to an award of a federal contract. The website is: www.ccr.gov. The Government will review any/all capabilities statements and pricing information submitted and determine if other qualified sources do exist that could provide this requirement. Information received in response to this announcement will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 13.106-1(b)(1), negotiations will be conducted with SRI International, 333 Ravenswood Avenue, Menlo Park, CA 94025-3453 as the only source and a purchase order will be issued without any additional notices being posted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e803bcf84791b357b142799d5b71214d&tab=core&_cview=1)
 
Record
SN01749919-W 20090214/090212220604-e803bcf84791b357b142799d5b71214d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.