Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
DOCUMENT

65 -- Eye tracker (VA-18-00118452) - Attachment

Notice Date
9/6/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218U0073
 
Response Due
9/11/2018
 
Archive Date
11/10/2018
 
Point of Contact
Clifford Harrison
 
Small Business Set-Aside
N/A
 
Description
The VISN 2 Department of Veteran Affairs Medical Center, has an anticipated requirement for services to conduct a research project for Eye Tracker Equipment, as outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 423430 Computer & Computer Peripheral Equipment & Software Merchant Wholesalers. The Small Business Administration (SBA) size standard for number of employees are 250. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.   The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.   If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Specialist, Mr. Harrison (Clifford.Harrison@va.gov)   - DUNS number - Business Size (Large/Small) under NAICS Code 561410 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Friday, September 11th at 9:00AM, email: Clifford.Harrison@va.gov It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Statement of Work **Please submit request to RAC, SAO East** I. Intent This is a request for proposal by NCO 02 to solicit proposals from qualified vendors to purchase an MRI-safe eye tracker system for use in the 3T MRI Scanner in suite GD-200 of the JJPVAMC, with the ability to be transported to the MIRECC Lab, room GC-03A. It is needed to monitor eye movements during fMRI tasks and behavioral experiments. We would like to purchase SR Research s EyeLink system: to our knowledge, no other product meets our system requirements; and SR Research is the sole source manufacturer and distributor of EyeLink. SR Research s EyeLink equipment is MRI safe, state-of-the-art, and is used at our academic affiliate, Icahn School of Medicine at Mount Sinai. We have VA IRB approval to use this equipment at Mount Sinai and the JJPVAMC. II. Scope of Service We request that a contract be set up with the vendor SR Research Ltd to purchase the equipment in the attached quote using funds from Project ID: MHBA-014-16S, Project Title: Neurobiology of Affective Instability in Veterans at Low and High Risk for Suicide (PI: Hazlett, E). III. System Requirements To our knowledge, only SR Research s EyeLink meets the below system requirements See p.2 for sole source letter from SR Research, stating they are sole distributor & manufacturer of EyeLink Eye-tracking Camera + 2 Host PCs An MRI-safe video-based eye-tracking camera is needed, with a sample rate of 2000 Hz, accuracy down to 0.15 degrees, resolution down to 0.01 degrees, and real-time data access of 1.4 msec. Must output X, Y, and pupil size data. 2 PCs are needed that can interface with the camera using gigabit Ethernet. The PCs must run a custom real-time operating system and have a specialized Ethernet hardware to be compatible with that operating system. 2 PCs are needed, one for the MRI suite, and one for the behavioral laboratory. With a desktop mount, the PC must weigh 2.1 kg, with dimensions 29 X 18 X 9 cm. Camera Mounts A long-range mount is needed for the MRI suite, allowing eye-to-camera distances of 60-150 cm A desktop mount and head support is needed for the behavioral laboratory setting. This mount must be easy to transport, require no electronics near the participant s head, support binocular or monocular eye tracking, and boast a configurable 32 x 25 degree trackable range. Battery Box MRI-safe batteries needed to power the eye-tracker inside the MR room. The battery box must be a lead-acid battery system that is MR-conditional and compatible with the eye-tracker. It must use two LEMO connectors to the camera and illuminator as output. Software: Experiment builder We require an experiment delivery system designed to assist in creating eye tracking paradigms. Must be cross-platform compatible for Windows (32-bit and 64-bit) and have millisecond precise timing of video, audio, TTL and response devices. Must allow for manipulation of text, image, and video clips, as well as drawing of text and graphical objects. Must integrate seamlessly with data visualization software. Software: Data Viewer We require a system that quickly visualizes data and allows for the creation of data reports that are formatted to statistical analysis programs. Must be able to show a movie of the trial with eye movements overlaid, to superimpose saccade and fixation scan-path information over an image, and to visualize eye data over time. Must support both static and dynamic interest areas, and generate static and dynamic heat maps for selected trials or groups of trials. Must be able to output eye sample, fixation, saccade, interest area, or trial-based reports for statistical analysis, as well as output time series reports. Must seamlessly integrate with the experiment builder. IV. PRICE/COST SHEET: See page 3 for quote from vendor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0073/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0073 36C24218U0073.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579216&FileName=36C24218U0073-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579216&FileName=36C24218U0073-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James J. Peters Medical Center;130 West Kings Bridge Road;Bronx
Zip Code: 10468
 
Record
SN05076360-W 20180908/180906232207-fb83cae6d72b3a67535ecd20cfdefdbc (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.