SOURCES SOUGHT
A -- Non-Invasive Smooth Pursuit Eye Tracking Tool
- Notice Date
- 12/21/2012
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-13-R-TRAC
- Response Due
- 1/4/2013
- Archive Date
- 2/19/2013
- Point of Contact
- Shawn Haubner, 508-233-6167
- E-Mail Address
-
ACC-APG - Natick (SPS)
(shawn.p.haubner.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is released pursuant to FAR Part 15.201(e), Exchanges with Industry, and all interested parties are encouraged to respond. This request is for information purposes only. THIS IS NOT A SOLICITATION: no award will be made as a result of this request. The government will not pay for information and materials received in response to this synopsis and is in no way obligated by the information received. NAICS Code: 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing 1.SCOPE The Naval Health Research Center (NHRC) serves as a leading research and development laboratory for the Department of Defense (DoD). In an effort to address the ongoing need to better evaluate cognitive function in active duty soldiers with mild Traumatic Brain Injury (mTBI) and make informed decisions on soldier mission readiness, the Naval Health Research Center is seeking information on the application of a non-invasive smooth pursuit eye tracking tool that could meet field-deployable ruggedized specifications. The tool must be able to accurately identify functional impairments in individuals following a blast injury or other concussive event, to better evaluate soldiers for combat readiness and subtle changes in cognitive performance. Dynamic visual synchronization is expected to be in the 3 minute range. Interested offerors should focus on the design, implementation, and near-term delivery of a functional head-mounted, hand held, or other non-invasive design. Additionally, system electronics infrastructure, and test administrator interface designed to meet field-deployable ruggedized specifications will also be required such as, for example, being under 4 pounds and fitting within a 3 quote mark x 4 quote mark x 8 quote mark area. Preference is for availability within 18-24 months however alternative timelines may be considered. 2.INTRUCTIONS TO RESPONDENTS 2.1RESPONSES ARE DUE NO LATER THAN FRIDAY JANUARY 4, 2013 AT 5:00 PM EST. Responses shall be submitted via e-mail only to Shawn Haubner at shawn.p.haubner.ctr@mail.mil. 2.2All responses (one response per company) are to be provided on company letterhead and should not exceed seven pages. All responses should be provided in Microsoft Word or Adobe Acrobat format on standard letter size 8-1/2 by 11 inch paper. The font for text should be Times New Roman 12-point or larger. Marketing collaterals are not desired at this time. 2.3Responses should include patent rights and/or licensure information for any data, product or technology that may be used to accomplish a proposed solution. Please indicate preference as to whether or not any future development rights would be shared with the government if a partnership were to develop. 2.4Any proprietary information submitted will be protected if appropriately marked. 2.5Please indicate whether or not offeror has a DCAA approved accounting system. 2.6In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2.7A responder may request clarification or submit technical questions regarding this RFI in writing for any requirement that is unclear. Questions regarding this announcement shall be submitted in writing by e-mail to Shawn Haubner at shawn.p.haubner.ctr@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/457721edcd6d50ee9296b3ef693e4ac9)
- Record
- SN02955036-W 20121223/121221235248-457721edcd6d50ee9296b3ef693e4ac9 (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 |