Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2023 SAM #7914
SOLICITATION NOTICE

99 -- The Government requires Four (4) Smart Eye Pro eye tracking systems with accessories. In addition, the Government requires a Laser Chessboard World Measurement Tool and a minimum of two (2) days onsite commissioning and training.

Notice Date
7/27/2023 4:07:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-23-Q-0150
 
Response Due
8/4/2023 8:59:00 AM
 
Archive Date
08/19/2023
 
Point of Contact
Adrian Barber, Phone: 3013941503
 
E-Mail Address
adrian.t.barber.civ@army.mil
(adrian.t.barber.civ@army.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. INTENT TO SOLICIT ONLY ONE SOURCE: The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Smart Eye AB, Forsta Langgatan 28B, Van 7 Goteborg, 413 27, Sweden (Cage AC68N). This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. ����������������������� (ii)� The solicitation number is W911QX23Q0150. This acquisition is issued as a Request for Quotation (RFQ). ����������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 dated 06/02/2023. ����������������������� (iv)� The associated NAICS code is 334519. The small business size standard is 500 employees. ����������������������� (v)�� The following is a list of contract line-item number(s) and items, quantities and units of measure, (including option(s), if applicable): � CLIN 0001 � Two (2) Smart Eye Pro dx 2-camera 60 hertz (Hz) eye tracking systems. CLIN 0002 � Two (2) Smart Eye Pro dx 2-camera 120 hertz (Hz) eye tracking systems. CLIN 0003 � One (1) Lazer Chessboard World Measurement Tool and Two (2) days of onsite [Dr. Julia Wright c/o University of Central Florida Institute for Simulation & Training, 3100 Technology Parkway, Partnership Building II, Room 105, Orlando, FL 32826] commissioning and training of the Smart Eye systems and accessories. (vi) Description of requirements: The Government requires Four (4) Smart Eye Pro eye tracking systems with accessories. Two (2) are initial purchase and 60 Hz sampling rate.� Two (2) are system upgrades to our existing systems and 120 Hz sampling rate. In addition, the Government requires a Laser Chessboard World Measurement Tool and�a minimum of two (2) days onsite commissioning and training of the Smart Eye systems and accessories. Two (2) Smart Eye Pro dx 2-camera 60 hertz (Hz) eye tracking systems shall meet the following government�s minimum requirements: Shall be remote-mounted cameras. Shall have no eye wear restrictions (works with contacts, eyeglasses without infrared (IR) blocking coatings). Shall have head orientation with 6 degrees of freedom (up/down, front/back, side to side) Shall have freedom of head movement: unlimited. Shall have eye distance to camera: minimum 20�, Maximum 48� (current set up). Shall have a sampling rate: minimum 60 Hz. Shall have a field of view: up to 270 degrees horizontal (up to three (3) monitors mounted side-by-side). Shall produce output data (both eyes): head orientation, eye position, gaze pupil diameter, saccades, fixations, blinks blink, eyelid opening. Shall contain a Scalable system (can add cameras or link to other systems as needed for multi-person research). Two (2) Smart Eye Pro dx 2-camera 120 hertz (Hz) eye tracking systems shall meet the following government�s minimum requirements: Shall be remote-mounted cameras. Shall have no eye wear restrictions (works with contacts, eyeglasses without infrared (IR) blocking coatings). Shall have head orientation with 6 degrees of freedom (up/down, front/back, side to side) Shall have freedom of head movement: unlimited. Shall have eye distance to camera: minimum 20�, Maximum 48� (current set up). Shall have a sampling rate: minimum 120 Hz. Shall have a field of view: up to 270 degrees horizontal (up to three (3) monitors mounted side-by-side). Shall produce output data (both eyes): head orientation, eye position, gaze pupil diameter, saccades, fixations, blinks blink, eyelid opening.� Shall contain a Scalable system (can add cameras or link to other systems as needed for multi-person research). The Government also requires a Laser Chessboard World Measurement Tool and�a minimum of two (2) days onsite commissioning and training of the Smart Eye systems and accessories. The onsite commissioning and training shall be coordinated with the Technical Point of Contact (Dr. Julia Wright) and performed at the University of Central Florida Institute for Simulation & Training, 3100 Technology Parkway, Partnership Building II, Room 105, Orlando, FL 32826. ����������������������� (vii) Delivery shall be made no later than four (4) weeks after contract award to Dr Julia Wright, c/o University of Central Florida Institute for Simulation and Training, 3100 Technology Parkway, Partnership Building II, Room 105, Orlando FL 32826. Acceptance shall be performed by Dr. Julia Wright located at the University of Central Florida Institute for Simulation and Training, 3100 Technology Parkway, Partnership Building II, Room 105, Orlando FL 32826.The FOB point is Dr. Julia Wright located at the University of Central Florida Institute for Simulation and Training, 3100 Technology Parkway, Partnership Building II, Room 105, Orlando FL 32826. ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition.� The following addenda have been attached to this provision: NONE. ����������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A ����������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ����������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. ����������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)� 52.209-6: PROTECTING THE GOVERNMENT INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (NOV 2021) 52.219-28: POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (SEP 2021) 52.222-3: CONVICT LABOR (JUN 2003) 52.222-19: CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2022) (E.O. 13126) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: ALT 1 EQUAL OPPORTUNITY (FEB 1999) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (NOV 2021) 52.223-18: ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13: RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) DFARS: *252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) *252.204-7016: COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) *252.204-7017: PROHIBITION ON THE ACQUISITON OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES�REPRESENTATION (DEC 2019) 252.204-7018: PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2021) 252.204-7022: EXPEDITING CONTRACT CLOSEOUT (MAY 2021) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7001: BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (JAN 2023) 252.225-7048: EXPORT-CONTROLLED ITEMS (JUN 2013) *252.225-7055: REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (MAY 2022) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000: SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7008: SOURCES OF ELECTRONIC PARTS (MAY 2018) 252.247-7023: TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) ����������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR PROVISIONS: 52.204-7: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020) 52.204-20: PREDECESSOR OF OFFEROR (AUG 2020) 52.204-24: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-26: COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR/DFARS CLAUSES: 52.204-13: SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) 52.204-19: INCORPORATON BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.232-39: UNEFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.243-1: CHANGES�FIXED PRICE (AUG 1987) 52.247-34 F.O.B. DESTINATION (NOV 1991) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002: REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7003: CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.204-7012: SAFEGUARDING COVERDED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.211-7003: ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022) 252.225-7056: PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME (JAN 2023) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.243-7001: PRICING OF CONTRACT MODIFICATIONS (DEC 1991) ADELPI LOCAL INSTRUCTION PROVISIONS: EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS SOLICIT ONLY ONE SOURCE ADELPHI LOCAL INSTRUCTION CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERTIFICATE (ARL) RECEIVING ROOM -- ARL-Orlando DFARS COMMERCIAL CLAUSES � � � � � � � � � � � �(xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � � � � � � � � � � � �(xv)� The following notes apply to this announcement: The Government is contemplating a commercial firm-fixed price (FFP) contract type for this procurement under FAR Part 13 Simplified Acquisition Procedures (SAP). In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. � � � � � � � � � � � �(xvi)� Offers are due Five (5) business days after solicitation posting, By 11:59 AM Eastern Standard Time via email to Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil. � � � � � � � � � � � �(xvii)� For information regarding this solicitation, please contact Contract Specialist Adrian Barber, adrian.t.barber.civ@army.mil, (301) 394-1503.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d8e6e21a44c424592443919f31742b2/view)
 
Place of Performance
Address: Orlando, FL 32826, USA
Zip Code: 32826
Country: USA
 
Record
SN06767212-F 20230729/230727230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.