SPECIAL NOTICE
70 -- C-Motion, Inc. Visual3D Professional Software
- Notice Date
- 9/7/2017
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-T-0424
- Archive Date
- 10/31/2017
- Point of Contact
- Shylonda Y. Minter, Phone: 3016199524
- E-Mail Address
-
shylonda.y.minter.civ@mail.mil
(shylonda.y.minter.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of Intent to Sole Source 1. Solicitation Number: W81XWH-17-T-0424 2. Issue Date: 7 September 2017; Close Date: 11 September 2017 1:00 PM EST 3. Sole Source Title: C-Motion, Inc. Visual3D Professional Software 4. Agency: U.S. Army Aeromedical Research Laboratory (USAARL) 5. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 6. Location: Fort Rucker, Alabama 7. Subject: Brand Name Visual 3D Professional Software License. 8. Background: The U.S. Army Aeromedical Research Laboratory (USAARL) provides medical research in the military operations environment to sustain the Warfighter's performance by delivering medical research and developing, testing, and evaluating solutions to air and ground Warriors. USAARL's medical research includes developing return-to-duty standards for Soldiers suffering from neurosensory injuries, mild traumatic brain injuries, determining the effectiveness of life support equipment, and preventing and mitigating ground crew and aircrew biomechanical injuries. 9. Scope and Purpose: This requirement is for the purchase the purchase of the C-Motion,Inc. All required Visual3D PROFESSIONAL Software. The purpose of this instrument is to maintain access to the web site and to keep with the latest scientific capabilities, anaylsis, tools, and hardward changes, a yearly support agreements with C-Motion meets to be in place. The contract is for a one (1) qty Visual3D PROFESSIONAL Software to include one (1) year maintenance and support 10. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 511210 Software Publishers -- are classified in U.S. Industry as a other than small business size standard $38. 11. Anticipated Period of Performance: The anticipated delivery period is 30 days after contract award. 12. Information to Industry: This is a Notice of Intent to Sole Source for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within ten (10) days of public notice to be considered by the Government. A determina¬tion to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 13. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 1 P.M. (EST) 8 September 2017 via e-mail to the Contract Specialist, Shylonda Minter at shylonda.y.minter.civ@mail.mil. No phone calls will be accepted. 14. Notice Closes: This Notice of Intent to Sole Source closes on 11 September 2017 at 1 P.M. (EST). 15. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Each Visual3D (single) FFP Visual3D PROFESSIONAL software for real-time motion capture data analysis, signal processing, 3D visualization, modeling, and reporting. Includes: - 1 License for a single computer - 1 year of supportTo maintain access to the web site and to keep up with the latest scientific capabilities, analysis, tools, and hardware changes, a yearly support agreement with CMotion needs to be in place. Support is renewable each year and includes e-mail support and all updates to the software via the Internet. A lapse in support means that web site download access will not be available (but software will continue to run anyway). See Mission Essential Characteristics (MECs) for detailed description of product. FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each ADDITIONAL LICENSES FFP ADDITIONAL VISUAL 3D PROFESSIONAL USER LICENSES. See Mission Essential Characteristics (MECs). FOB: Destination NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 2 Each Training (on-site) FFP Visual3D training per day and some lab assessment. Includes travel expenses. See Mission Essential Characteristics (MECs) FOB: Destination NET AMT DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 30 dys. ADC 1 W03Y USA AEROMED RSCH LAB MS LESLIE WILLS 6901 BLDG 6901 FERRELL RD FORT RUCKER AL 36362-5152 334-255-7632 FOB: Destination W31NWX 0002 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0003 30 dys. ADC 2 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government Section SF 1449 - CONTINUATION SHEET DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 30 dys. ADC 2 W03Y USA AEROMED RSCH LAB MS LESLIE WILLS 6901 BLDG 6901 FERRELL RD FORT RUCKER AL 36362-5152 334-255-7632 FOB: Destination W31NWX 0002 30 dys. ADC 5 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government MECS Brand Name ** Minimum Essential Characteristics - 3D Biomechanical Motion Analysis Two licenses of 3D biomechanical motion analysis software are required. The software must be compatible with USAARL's existing VICON motion capture system which includes VICON MX-T40 cameras, MX Giganet Lab, VICON Vantage cameras, VICON Bonita cameras, VICON Lock+, VICON Nexus software, Delsys Trigno EMG sensors, and an AMTI Force-Sensing Tandem Treadmill. Each license should be capable of the following: 1. Motion capture software is required with the following capabilities: a) Must be operable on 32 or 64 bit systems running Windows 2000 and above (2000, XP, Vista, Win7, Win8, Win10) b) Must be available to use on up to 2 computers on the same network c) Must support force structures for instrumented treadmill and multiple force plate configurations d) Must support extensive data management capabilities for at least motion capture models, motion capture trials, and indexing for queries that allow users to search e) for and find data or trials that match a chosen set of criterion f) Must be able to import data from C3D, ASCII, and older motion capture file formats g) Must store results as a single data file that encompasses original and processed signals, models, and reports with a detailed history of performed operations h) Must have an intelligent data fill option to automatically match best donor trajectory during trial processing i) Must be able to communicate with 3rd party devices (force plates, EMG) through host PC USB port j) Licensing must be permanent in nature and not require a purchase of annual renewal k) Network licensing must be available and allow for installed software to operate without requiring a hardware based licensing key 2. Advanced motion capture modeling software is required with the following capabilities: a) Must not be limited by marker sets b) Must provide support for classical gait and 6DOF models c) Must allow for custom user-defined marker sets d) Must support model creation using a graphical approach for ease of access e) Must support an unlimited number of kinematic chains for marker segments and joints ranging from 1 to 6 degrees of freedom f) Must support creation of virtual markers (landmarks) and segments using a digitizing pointer g) Must provide calculations for functional joint centers, joint angles, powers, moments, energies, centers of pressure, rotations, volumes, and various derivatives h) Must support virtual labs and VRML backgrounds to simplify, improve, and enhance analyses 3. At least 1 digitizing pointer is required for creation of virtual markers and segments. 4. Motion capture signal processing and data analysis software is required with the following capabilities: a) Must allow user to run and process a range of optimized kinematic and kinetic models on the optical data from within a single application b) Must be able to configure and generate event monitors to provide feedback to user and/or subject based on real-time stream from marker data from optical camera system, or 3rd party input devices (bio-feedback) c) Must allow user to run and process a range of kinematic and kinetic models on the optical data from within a single application, including batch processing via scripts and meta-commands across a user-selected set of processes, subjects, and trials, without the need for user interaction during processing d) Must support complex signal processing, filtering, and import/export capabilities of C3D files e) Must have native integrated MATLAB scripting interface within the software, allowing dynamic two-way communication for custom user-developed pipelines, processing scripts, calculations, and mathematical expressions f) Must allow kinematic and analog data to be fully synchronized and animated directly on top of video data to provide real-time interface g) Must include native analysis tools for induced acceleration and induced power 5. Reporting and presentation software is required with the following capabilities: a) Must output a detailed generated report in multiple formats with annotated and tagged data, graphs, visuals, model outputs, and synchronous subjects and video images b) Must provide historical tracking of all changes to raw data during processing c) Must support normative data collection across multiple subjects d) Must support ability to collaborate and share data analysis results regardless of the motion capture system or equipment used e) Must automatically provide a visual quality assessment on trial data for efficient review, with multiple processes available for data fill options 6. Must provide a 12-month support warranty from the date of shipment of the software, including: a) Unlimited phone, email, and web tech support for troubleshooting b) Access to manufacturer/vendor specific brand forum c) Software maintenance releases d) Access to online help files and videos e) Access to unlimited manufacturer/vendor classes f) Remote assisted training services 7. Initial on-site installation, system optimization, and training must be provided for 2 days. CONTRACT ADMINISTRATION ****The following will be filled in at time of award.**** Contact/Invoicing Information for Award: Contracting Officer (KO) (Authorized official to bind the Government in Contracts) U.S. Army Medical Research Acquisition Activity (USAMRAA) ATTN: MCMR-AAA-MA 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: Email: Contract Administrative Information Contact (AIC): Ms. Shylonda Minter Contract Specialist U.S. Army Medical Research Acquisition Activity (USAMRAA) 820 Chandler Street Fort Detrick, MD 21702-5014 Phone: 301-619-9524 Email: shylonda.y.minter.civ@mail.mil Administrative Information Contact for Receiving Reports: (Government customer receiving supplies/services) Attn: Phone: Email: Technical Information Contact (TIC): Attn: Phone: Email: Vendor Information Contact (VIC): Attn: Phone: Fax: Email: Delivery Instructions: Vendor is to ensure that is on all shipping containers/packages is labeled with W81XWH-xx-xxxx Invoicing Questions: Questions regarding payment should be directed to INDY DFAS, 1-888-332-7366 (Option 2) OR 1-317-510-0300 (Option 2). Email: DFAS-IN.97.VPIS@DFAS.MIL All questions with pertaining to imputing an invoice into the Wide Area Workflow (WAWF) should be directed to the WAWF Help Desk @ 1-866-618-5988. Websites available for your use: 1) https://myinvoice.csd.disa.mil, self-register to obtain an account to view vendor invoices. 2) https://wawf.eb.mil - self register to obtain access to electronic invoicing or training - https://wawf.training.eb.mil ***NOTE - please see DFARS 252.232-7003 for electronic submission of payment request The Contractor shall immediately notify the Contracting Officer for clarification when a question arises regarding the authority of any person to act for the Contracting Officer under this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0424/listing.html)
- Place of Performance
- Address: W03Y USA AEROMED RSCH LAB, MS LESLIE WILLS, U.S. Army Aeromedical Research Laboratory, 6901 BLDG 6901, FERRELL RD, FORT RUCKER, Alabama, 36362-5152, United States
- Zip Code: 36362-5152
- Zip Code: 36362-5152
- Record
- SN04667390-W 20170909/170907233356-1e22a65786cfce499032084dbe00403b (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 |