|
COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1997 PSA#1842Contracts Management Branch, National Institute of Neurological
Disorders and Stroke, NIH, Federal Building, Room 901, 7550 Wisconsin
Avenue, MSC 9190, Bethesda, Maryland 20892-9190 A -- DEVELOPMENT OF VIRTUAL REALITY HEADGEAR/GOGGLES AND GLOVES FOR R
USE IN THE ADMINISTRATION OF COGNITIVE AND MOTOR TASKS POC Contact
Patricia Denney, 301/496-1813/Contracting Officer, Kirkland Davis,
301/496-1813 The NINDS, NIH is seeking to identify sources who have
design and d operation experience and who are capable of providing a
Virtual Reality (VR)/Virtual environment system including headgear,
gloves, and software. Such a system would be used for cognitive
neuroscience research within the NINDS's intramural research program.
More specifically, such a system would be used to administer cognitive
and motor tasks of various kinds (headgear) and to allow for manual
responses to stimulus presentation (gloves ). The headgear and gloves
would be used in conjunction with standard experimental cognitive and
visuomotor tasks and also be used during neuroimaging experiments for
the purposes of functional stimulation and response execution. The VR
system would consist of four components: 1. Gloves designed with
flexible sensors which can accurately and reliably measure the position
and movement of the fingers and wrist. Additional features of the glove
would include the ability to simulate resistance at object bo rders
during grasp of a simulated object in the VR environment. The glove
will also be used to determine response times, posture, and movement
dynamics of the fingers and hand. Touch-sensitive response boards will
also be necessary so that a simple touch of a finger anywhere on the
board will record the contact and response times-complementing the
basic functions of the glove in space. 2. Headgear which can display
high resolution static or dynamic images. This device (goggles or
head-mounted) would be used to display experimental stimuli with the
option of aural accompaniment. 3. Dedicated hardware to support the
gloves and headgear. PC/MAC/SUN/Silicon Graphics workstations would be
necessary and specially configured to support the presentation and
response acquisition software. 4. Software for the Virtual Reality (VR)
system must be compatible with the hardware. This VR software should be
able to display both static (e.g., a series of single images, e.g.,
objects) and dynamic (e.g., video-like im ages-e.g., virtual
environments such as a village or apartment) interactive stimuli. The
VR software user interface must be designed to be user-friendly and
icon based (similar to a MAC or Windows interface). A key design
requirement is that the materials used for the gloves and headgear must
be suitable for use with functional magnetic resonance imaging (in
addition to use with PET). Both glove and headgear will be required,
furthermore, to be adapted for additional recording devices (e.g., EMG
for the cyberglove; eye movement sensor for the headgear/goggles).
Respondents should supply the following information: (1) Organization
Experience: provide examples of tasks performed within the last five
years which demonstrate design and operational experience for the
development and production of VR systems including hardwear, gear, and
software; (2) Provide an assessment of the facilities, equipment and
personnel needed to meet the operational requirements of the
application and what adaptations would be necessary to accomplish the
production of the described VR system; (3) Provide an assessment of the
technological availability to meet these operational requirements.
Respondents may include other specific and pertinent information as
pertains to this particular area of interest. Interested organizations
should submit a capability statement of approximately ten (10) pages
addressing the information requested above and of your ability to
perform all aspects of the effort described herein. This announcem ent
is not a Request for Proposals (RFP) nor an announcement that an RFP
is available. This synopsis, a market survey, is for information and
planning purposes only, and is not to be construed as a commitment by
the Government nor will the Government pay for information solicited.
Acknowledgment of receipt of responses will not be made and respondents
will not be notified of the results of the evaluation of information
submitted. However, should such a requirement materialize, no basis for
claims against the Government shall arise as a result of a response to
this synopsis or the government's use of such information as part of
the evaluation process or in developing specifications for any
subsequent requirement. This requirement is listed under Standard
Industrial Classification SIC Code 8731, Size Standard 500 which is the
maximum allowed for a concern including its affiliates, to be
considered a small business. All Respondents are requested to indicate
their current size status: Large Business, Small B usiness, Small
Disadvantaged Business, Women-Owned Business, 8(a), or Historically
Black College or University/Minority Institution (HBCU/MI) in their
response. Submit two copies of your response within 20 days from the
date of publication of this synopsis to: Patricia Denney, Contracts
Management Branch, NINDS, National Institutes of Health, Federal
Building, Room 901, 7550 Wisconsin Avenue, MSC 9190, Bethesda, Maryland
20892-9190. Technical questions regarding the above can be directed to
Dr. Jordan G rafman at the following address: Cognitive Neuroscience
Section, National Institute of Neurological Disorders and Stroke,
National Institutes of Health, Building 10, Room 5S209, 10 Center Drive
MSC 1440, Bethesda, Maryland 20892-1440. E-Mail Address:
jgr@box-j.nih.gov. Telephone number: (301) 496-0220. (0127) Loren Data Corp. http://www.ld.com (SYN# 0006 19970509\A-0006.SOL)
A - Research and Development Index Page
|
|