Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SPECIAL NOTICE

66 -- SOLE SOURCE TO PURCHASE PORTABLE WIRELESS EMG SYSTEM FOR U.S. ARMY AEROMEDICAL RESEARCH LABORATORY, FORT RUCKER, ALABAMA.

Notice Date
6/25/2010
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Fort Rucker DOC, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
 
ZIP Code
36362-5000
 
Solicitation Number
W9124G100625
 
Archive Date
9/23/2010
 
Point of Contact
Daphne D. Foster, 334-255-3908
 
E-Mail Address
Fort Rucker DOC
(daphne.d.foster@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The MICC-DOC Fort Rucker intends to award a sole-source purchase order to Delsys, Incorproated to provide a hybrid wireless electromyogram system in accordance with the following description of supply for the U. S. Army Aeromedical Research Laboratory at Fort Rucker, Alabama. The required supply consists of a hybrid wireless electromyogram system with an embedded triaxial accelerometer. The hybrid wireless electromyogram system with embedded accelerometer is being procured to support a research program designed to characterize the kinematics of dismounted Soldiers as they perform standard tasks, without inhibition of wires and bulky sensors. The Soldier kinematic data will be used as input to mathematical models of the head, neck, and torso to establish human tolerance limits to supported mass for the dismounted Soldiers. To meet the needs of this research program, the hybrid wireless electromyogram system with embedded accelerometers must meet the following requirements: A. Portable wireless EMG system with at least 16 sensors (instrumentation packages) for independently mounted locations, multifunction charging station, power supply cords with adapter plugs, synchronizing cable, sufficient USB connection cables, and trigger setup. 1. At least 16 sensors must include an embedded triaxial accelerometer. i. Each sensor must have 1 EMG channel, 1 X acceleration channel, 1 Y acceleration channel, and 1 Z acceleration channel, for a total of 16 EMG channels and 48 accelerometer channels totaling 64 channels overall. ii. Each EMG data channel must have at least 16 bit resolution and 4000 Hz sampling rate. iii. Accelerometer channels must have flexible ranges up to at least 6 G. iv. Sensors must be able to operate for at least 8 hours in full transmission mode. v. Sensors should have less than 500 microseconds latency with antialiasing and motion artifact filtering for the EMG signal (bandwidth should be at least 20450 Hz). vi. Each sensor should have an indicator on the sensor to give potential users visual feedback on status of the sensor. vii. Sensor must have an auto shut off to save battery life. viii. Sensors should be accompanied by a package of no less than 80 individual strips of medical grade double sided adhesive. ix. Sensors must perform and communicate within in a range of no less than 40 meters x. Sensors must be approximately 1 x 1 x 0.5 2. System must be accompanied by a charging station that also transmits the wireless signals from the sensors to the connected workstation. i. The charging station should be able to connect to the workstation by high speed USB port. ii. Charging station must be able to simultaneously transmit all 64channels (48 accelerometers and 16 EMG) through an analog output connector. iii. Station must be capable of full trigger use to start and stop transmitting and select either input or output data. iv. Station should have an analog output range of +/5V. v. When connected with workstation, the multifunction system must be able to integrate with VICON motion capture system. vi. Multifunction charging system must be able to connect to a second exact system if the need is rendered, by plug adapter. vii. Station should be contained in a non bulky, hand carry design with ample storage space for accessories. viii. Station should also contain a visual status light. ix. Station must also have analog output that selects 16 sensors(EMG only) or 64 sensors(EMG and accelerometers) x. Station must be able to connect to VICON motion capture systems and simultaneously transmit through AD input connectors 3. Power supply cord should be of medical grade and contain interchangeable adapters that are country specific. 4. Synchronizing cable should connect a second station for up to 32 sensors. 5. USB cable must be at least 5ft to have ample length to connect to workstation 6. Trigger setup should be able to connect to multifunction station to start/stop transmitting or to select input/output. B. System must come with user manuals for both trigger setup and EMG system. They must describe components in detail including specifications, trouble shooting, setup, and system function. C. System must also come with operational and data acquisition software. 1. Software must be able to integrate the system, as a whole, into VICON motion capture system. Along with integration the software must be able to synch both systems by use of a trigger. 2. Software must be able to control data acquisition. 3. At least one software license must be included. 4. Software must be at least capable of data acquisitioning, display, and analysis. 5. Software must have a builtin database to store collected data. 6. Software must be capable of processing events recorded, data editing, analysis, calculations, and data plotting. D. System must also have at least 8 extra sensors (instrumentation packages) with the same minimum requirements as above. The intent is to issue a firm fixed price purchase order on a sole source basis under simplified acquisition procredures and Other than Full and open Competition as authroized by FAR 6.302-1. This notice is neither a request for competitive proposals nor a solicitation of offers. Quotes are not being requested and a written solicitation will not be used. Interested contractors must provide information no later than 4:00 p.m. CST on 6 July 2010 via email to daphne.d.foster@us.army.mil. A determination by the government not to compete this requirement based on responses to this notice is solely withinthe discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The intent of this procurement is to award based on Sole Source Acquisition. Incorporated Clauses and Provisions are those in effect rhrough Federal Acquisition Circular 2005-41 effective 13 May 2010 and DFARs Change Notice 20100611. North American Industry Classification System Code for this requirement is 334510 and the size standard is 500 employees. The point of contact is Daphne Foster at (334) 255-3908 or daphne.d.foster@us.army.mil. The following clauses and provisions apply to this requirement: 52.212-4 Contract Terms and Conditions; 52.212-5 Alt 1 Full Text Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference available at http://farsite.af.mil or www.arnet.gov; 52.252-6 Authorized Deviation in Clauses; 252.204-7007 Required CCR Registration; 252.212-7001 (DEV) Contract Terms and conditions; 252.232-7003 Electronic Submission of Payment Request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c056dd6538a573eb7ef5cbe3753c8a0e)
 
Record
SN02189076-W 20100627/100625235341-c056dd6538a573eb7ef5cbe3753c8a0e (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.