SOLICITATION NOTICE
B -- Development of a Portable Biomechanics Assessment Suite & 3D IMU Hardware
- Notice Date
- 7/21/2009
- Notice Type
- Presolicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- 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
- 000HCCCE-2009-72695
- Archive Date
- 9/30/2009
- Point of Contact
- Rebecca S Mullenax, Phone: 304-285-5880, Kimberly P Groves, Phone: 304-285-5885
- E-Mail Address
-
rmullenax@cdc.gov, kgroves@cdc.gov
(rmullenax@cdc.gov, kgroves@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), Health Effects Laboratory Division, Engineering and Control Technology Branch, 1095 Willowdale Road, Morgantown, WV 26505, hereby announces its intent to issue a purchase order to The Pennsylvania State University for the development of a 3D Inertial Measurement Unit (IMU) hardware based on interface with markerless motion capture and Prototype 3D Portable Biomechanics Assessment Suite (PBAS). Objectives: 1. Enhance the prototype PBAS (based upon 2D IMUs) to obtain body kinematics with positional accuracies of three millimeters (3 mm) for translations, and two degrees (2 deg) for rotations. a. Translational kinematics should be sufficient to determine the position of joint centers (i.e., segment endpoints). b. Rotational kinematics should be sufficient to determine flexion-extension and abduction-adduction for all joints (i.e., for locally defined reference frames); they should also be sufficient to determine internal-external rotation for the head-thorax and for the pelvis (i.e., for a globally defined reference frame). c. Technologies should include: i. Primary: markerless motion capture (in collaboration with NIOSH/HELD/ECTB and a separate contractor) ii. Secondary: 3D IMUs (accelerometers, rate gyroscopes, magnetometers) 2. Combine these body kinematics and force algorithms into a prototype 3D PBAS. a. Kinematic and kinetic output from the prototype may be in a format convenient for the contactor, but should also include the C3D file format for direct input to Visual3D biomechanical analysis software. b. Sensors should be as small and as light as possible to avoid interference with body motions. However, quantifying interference with body motions is beyond the scope of this prototype development. c. Data storage capabilities should include battery powered on-board storage for a work shift (from the start of work, to the first break period), and should be achieved with a sampling rate of no less than 50 Hz. 3. Use the 3D PBAS prototype to obtain body kinematics and kinetics, simultaneous with laboratory-based measures, and assess accuracy. These tests are to involve multiple human subjects, and involve loads of various weight and dimensions (e.g, small, medium, and large). They may be conducted at NIOSH/HELD/ECTB Morgantown, in collaboration with biomechanics staff. Period of Performance: 12 months. 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 000HCCCE-2009-72695, 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 The Pennsylvania State University, 408 Old Main, University Park, PA 16802-1505 as the only source and a purchase order will be issued without any additional notices being posted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/000HCCCE-2009-72695/listing.html)
- Record
- SN01882393-W 20090723/090722001026-a6f1bb2a786532b2b2cd462645fbb7f0 (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 |