SPECIAL NOTICE
66 -- Eyetracking, Inc. Eyetoworks PROV3
- Notice Date
- 7/3/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument 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-0193
- 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-18-Q-0193 2. Sole Source Title: Eyetracking, Inc. Eyeworks PROV3 3. Agency: U.S. Army Aeromedical Research Laboratory (USAARL) 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 5. Location: Fort Rucker, Alabama 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Eyetracking, Inc., located at 512 Via De La Valle Ste. 200., Solana Beach, CA 92075-2714 (DUNS: 127983349; CAGE Code: 3CMZ6). 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)". 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 of the Eyetracking, Inc. product seeing Machines FX3 Eye Tracker add on for the following: 1) Multi-eyetracker FX3 Eye Tracker qty. 1 ea.; 2) FX3 Eye Tracker Desk & Laptop Stand qty. 2 ea.; 3) Face Tracking & Eyelid Measurement qty. 1 ea.; 4) Workstation 3 channel qty. 1 ea. ; and 5) shipping/handling. The purpose of this instrument is to measure high performace of human eye tracking, face tracking and cognitive state detection for a large area with large head box to accommodate different sized participants. This technology is only available from EyeTracking, Inc. The system must include the following: Minimum Essential Characteristics (MECs): a. The system must be completely unobtrusive, require no physical contact with the individual being monitored. b. The system must be capable of tracking across a broad range of illuminance conditions, ranging from complete darkness (scotopic) to direct sunlight (photopic) lighting conditions and be resistant to ambient light that may be present in different operationally important environments. c. The system must be fully portable and suitable for measuring human behavior in response to using multiple displays, dynamic content, mobile devices, high fidelity simulators, physical objects, real world settings, and multiple projection screens. d. The system must have multiple compact tracking cameras to encompass the large visual fields provided by the USAARL in-house flight simulators that include multi-screen systems involving 3 monitors and 3 large projection screens. Integration of these multiple cameras must be seamless. e. The system must natively integrate with leading simulation products. f. The system must be simple to install and remove and must provide multiple mounting options and cabling. g. The system must feature HD web-based cameras and capacity to record the scene from many perspectives independent of the eye tracking capability. h. The system must provide 6 Degrees of Freedom head position and eyelid aperture tracking solutions. i. The system must seamlessly integrate with the Index of Cognitive Function used in USAARL research projects. h. Calibration of the system should not be extremely complicated prior to each use. i. The data generated by this system must be directly compatible with the data collected by other governmental agencies, to include, the FAA, NASA, Navy, and Air Force, as well as leading national and international companies. j. This system must ensure rapid integration into 3rd party applications such as adaptive automation and cognitively aware systems. k. The system must provide the functionality to design, record, and analyze cognitive workload tasks and experiments. l. The system must be resilient to reflections caused when users wear glasses or sunglasses. m. The system must account for the pupil's response to changing light conditions independently of changes in cognitive workload task demands. n. The system must include the EyeWorks Workstation to drive, coordinate, and record eye tracking, six degrees of head tracking, eye lid behavior, and pupil behavior from multiple camera modules. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing -- are classified in U.S. Industry as a small business size standard 1000. 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 fifteen (15) 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 10 AM (EST) 13 July 2018 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 on 13 July 2018 at 10 AM (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). ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Each $ _____ $ ____________ SEEING MACHINES FX3 FFP The contractor shall provide brand name EYETRACKING, INC. EYEWORKS FX3 EYE TRACKER, DESK AND LAPTOP STAND, USB CABLE, EYEWORKS SCENE CAMERA MODULE AND HD WEB-CAM, MULTI-DISPLAY MODULE in accordance with (IAW) the Mission Essential Characteristics (MECs). FOB: Destination PSC CD: 6650 NET AMT $ ________________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 2 Each $ $ ADD ON FOR MULTI EYE FFP The contractor shall provide brand name EYETRACKING, INC. EYEWORKS FX3 EYE TRACKER DESK AND LAPTOP STAND, USB CABLE, EYEWORKS SCENE CAMERA MODULE AND HD WEB-CAM, EYEWORKS MULTI-DISPLAY MODULE, IAW the MECs. FOB: Destination PSC CD: 6650 NET AMT $ _______________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Each $_______ $ __________ EYEWORKS FACEKIT MOD FFP The contractor shall provide brand name EYETRACKING, INC. EYEWORKS FX3 EYE TRACKER FACE TRACKING AND EYELID MEASUREMENT, IAW the MECs. FOB: Destination PSC CD: 6650 NET AMT $ ___________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Each $5,000.00 $5,000.00 EYEWORKS WORKSTATION FFP The contractor shall provide brand name EYETRACKING, INC. EYEWORKS FX3 EYE TRACKER 3 CHANNEL (SIX CORE INTEL CORE I7-6800 CPU, 16GB RAM, WINDOWS 10, DEDICATED GRAPHICS CARD, 1X DATAPATH VISION RGB E2S AND 1X DATAPATH VISION RGB E1S CAPTURE CARD OR SIMILAR, IAW the MECs. FOB: Destination PSC CD: 6650 NET AMT $__________ ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Each $_______ $ ___________ SHIPPING FFP SHIPPING FOB: Destination PSC CD: 6650 NET AMT $___________ MECS Minimum Essential Characteristics (MECs) EyeTracking, Inc. - EyeWorks Pro and EyeWorks Workload Module. a. The system must be completely unobtrusive, require no physical contact with the individual being monitored. b. The system must be capable of tracking across a broad range of illuminance conditions, ranging from complete darkness (scotopic) to direct sunlight (photopic) lighting conditions and be resistant to ambient light that may be present in different operationally important environments. c. The system must be fully portable and suitable for measuring human behavior in response to using multiple displays, dynamic content, mobile devices, high fidelity simulators, physical objects, real world settings, and multiple projection screens. d. The system must have multiple compact tracking cameras to encompass the large visual fields provided by the USAARL in-house flight simulators that include multi-screen systems involving 3 monitors and 3 large projection screens. Integration of these multiple cameras must be seamless. e. The system must natively integrate with leading simulation products. f. The system must be simple to install and remove and must provide multiple mounting options and cabling. g. The system must feature HD web-based cameras and capacity to record the scene from many perspectives independent of the eye tracking capability. h. The system must provide 6 Degrees of Freedom head position and eyelid aperture tracking solutions. i. The system must seamlessly integrate with the Index of Cognitive Function used in USAARL research projects. h. Calibration of the system should not be extremely complicated prior to each use. i. The data generated by this system must be directly compatible with the data collected by other governmental agencies, to include, the FAA, NASA, Navy, and Air Force, as well as leading national and international companies. j. This system must ensure rapid integration into 3rd party applications such as adaptive automation and cognitively aware systems. k. The system must provide the functionality to design, record, and analyze cognitive workload tasks and experiments. l. The system must be resilient to reflections caused when users wear glasses or sunglasses. m. The system must account for the pupil's response to changing light conditions independently of changes in cognitive workload task demands. n. The system must include the EyeWorks Workstation to drive, coordinate, and record eye tracking, six degrees of head tracking, eye lid behavior, and pupil behavior from multiple camera modules. 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: 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. 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 0004 Destination Government Destination Government 0005 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 30 dys. ADC 1 SR W03Y USA AEROMED RSCH LAB W03Y USA AEROMED RSCH LAB BLDG 6901 FERRELL RD FT RUCKER AL 36362-0577 210-295-2896 FOB: Destination W31NWX 0002 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0003 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0004 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX 0005 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination W31NWX
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-18-Q-0193/listing.html)
- Place of Performance
- Address: US Army Aeromedical Researcy, Bldg. 6901 Ferrell Rd., Fort Rucker, Alabama, 36362, United States
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN04977587-W 20180705/180703230641-bfcefd50a6fc70608aae8d83170cdc5f (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 |