SPECIAL NOTICE
70 -- Bruel&Kjaer North America, Inc. Multi-Field Microphones
- Notice Date
- 11/21/2017
- Notice Type
- Special Notice
- NAICS
- 334310
— Audio and Video Equipment Manufacturing
- 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-18-Q-0031
- 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
- N/A
- Description
- Notice of Intent to Sole Source 1. Solicitation Number: W81XWH-18-Q-0031 2. Sole Source Title: Bruel&Kjaer North America, Inc. Multi-Field Microphones 3. Agency: U.S. Army Aeromedical Research Laboratory (USAARL) 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 21702 5. Location: Fort Rucker, AL 36362 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Bruel&Kjaer North America, Inc., located at 3079 Premiere Parkway, Suite 120, Duluth, GA 30097 (DUNS 0067559823 CAGE Code: 1TS68). The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.106-1(b)(1)(i) and the FAR citation title is "Only one source reasonably available (e.g., urgency, exclusive licensing agreement, brand name, or industrial mobilization)". See the Minimum Essential Characteristics noted below. 7. 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. 8. Scope and Purpose: This requirement is for the purchase the purchase of the Bruel&Kjaer North America, Inc. Multi-Field Microphones. The purpose of this instrument is to provide an automated assessment of the eye's visual sensitivity function in a living human subject. It also provides the option to select standard vision testing strategies or user-customized testing protocols capturing a color image of the fundus during the test so that sensory test results can be mapped in relation to anatomical landmarks on the retina. The MP1 device will be used to assess all psychophysical and physiological test subject studies at the USAARL vision laboratories wither for normal visual function or for altered vision function as described by an experimental protocol. Anticipated use of the MP1 includes the study of vision in concussive blast injury and TBI subjects. The contract is for a one (1) qty ea. MP-1 (Fully Digital Retinal Microperimeter) to include one (1) year annual maintenance and support. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 334310, Audio and Video Equipment Manufacturing -- are classified in U.S. Industry as an other than small business size standard 750. 10. Anticipated Period of Performance: The anticipated delivery period is 30 days after contract award. 11. 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. 12. 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) 1 December 2017 via e-mail to the Contract Specialist, Shylonda Minter at shylonda.y.minter.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on4 December 2017 at 8 P.M. (EST). 14. 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). Minimum Essential Characteristics (MECs) for "Multi-Field Microphonesw/DeltaTron PreAmplifier with Microphone TEDS, Initial Accredited Calibration" This requirement must have the following characteristics: • Must conform to IEC 61094-4 Type designation • Sensitivity (250 Hz) must be from -24.4 ±2 dB re: 1 V/Pa, 60 mV/Pa • Free-field response at 0° incidence must be from ±2 dB 12 Hz to 20 kHz • Worst case response for any angle of incidence must be ±2 dB for frequency range 12 Hz to 10 kHz and +2 to - 8.5 dB for frequency range 5 Hz to 20 kHz • Lower limiting frequency (-3 dB) must be between 3 to 6 Hz • Must be front vented (with protection grid) for pressure equalization • Calibrator load volume must be from 78 to 82 mm3 • Pistonphone correction must be 0.00 dB • Inherent noise must be 20 dB(A) 25 dB(Linear from 20 to 20 kHz) • Upper limit of dynamic range (3% Distortion) must be greater than 130 dB SPL • Clipping limit must be greater than 133 dB (peak) • Maximum sound pressure level must be greater than 150 dB (peak) • Power requirements must include DeltaTron® supply, from 24 to 28 V • Power supply must nominally be 4 mA, 22 to 28 V unloaded supply voltage • Power supply (full specs with 10 m cable) must be from 3.5 to 20 mA, with 22 to 28 V unloaded supply voltage • Power supply (with reduced specifications) must be 2 mA, 18 V at a minimum • Output bias voltage must be 12 ±2 V at -20 to 50°C and 12 ±4 V up to 70°C • Output voltage must be greater than 7 V (peak) • Maximum output current must have a peak value of 2.3 mA below supply current • Output impedance must be less than 15 Ω • Must include TEDS template conforming to UTID No. 769, IEEE P 1451.4 V0.9‡ • Operating temperature range must be between -40°C to 70°C • Storage temperature in microphone box must be between - 30°C to 70°C • Storage temperature with mini-CD must be between 5°C to 50°C • Temperature coefficient (250 Hz) must be + 0.01 dB/°C typical (-10°C to + 50°C) • Pressure coefficient must be -0.013 dB/kPa typical • Operating humidity range but be between 0 to 100% relative humidity (without condensation) • Influence of humidity must be less than 0.1 dB in the absence of condensation • Vibration sensitivity (under 1000 Hz) must be 55 dB equivalent SPL for 1 m/s2 axial vibration (typical) • Magnetic field sensitivity must have no detectable influence from a 50 A/m, 50 Hz magnetic field • Estimated long-term stability must be less than <1 dB in 1000 years (dry air at 20°C) and <1 dB in 1 year (air at 50°C, 90% relative humidity) • Dimensions: Diameter with grid must be 7 mm • Dimensions: Length with Grid must be 79 mm with socket • Must have an SMB socket
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-18-Q-0031/listing.html)
- Place of Performance
- Address: U.S. Army Aeromedical Research Laboratory (USAARL), Bldg. 6901 Ferrell Road, Fort Rucker, Alabama, 36362, United States
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN04746828-W 20171123/171121231604-e967fa1ffaf818e39fdb23510ce7287f (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 |