Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

65 -- Wide Area Virtual Environment (WAVE) consisting of Image Generators and Related Peripherials and a Stereoscopic Projection System with all essential characteristics.

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH05-T-0703
 
Response Due
9/13/2005
 
Archive Date
11/12/2005
 
Small Business Set-Aside
N/A
 
Description
Synopsis Description Wide Area Virtual Environment Solicitation # W81XWH05-T-0703 This solicitation is being issued as a Request for Quote (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This solicitation is not a set-aside. Contract Line Item numbers/items/quantities/units of measure: 0001 Primary Workstation 1 LOT 0001A Backup external storage media 2 LOT 0001B Audio rendering 2 LOT 0001C DLP projector 1 LOT 0002 Rendering Workstations 11 LOT 0003 Stereoscopic Projection System 12 LOT Description of requirements for the items to be acquired. 0001 Primary Workstation Salient characteristics  Image generators and Related Peripherals The following components taken as a set make up the image generation component. Primary workstation (x1) The primary workstation salient characteristics are described below. These requirements are essential for generating the appropriate visual and audio realism of the immersive environment with a minimum of distracting and undesirable noise, and electrical disturbances from the computer system itself. Must have AMD Athlon-based processor, Minimum acceptable performance is an FX-57. An Athlon 64 X2 4800+ dual core processor preferred. Motherboard must be based on the nVidia nForce4 chipset. It must support the Scalable Link Interface (SLI), and must have dual PCI-e x16 slots. Motherboard must support overclocking, specifically, bus clock, CPU clock, CPU core voltage, memory voltage must be user-settable. Must have dual nVidia GeForce 7800 GTX graphics cards in an SLI configuration. Each video card must have min 256Mb DDR3 memory. Each video card must have at least two video outputs. Both must be capable of providing output via DB15 (VGA) connectors. Outputs capable of using both VGA and DVI connectors are strongly preferred. The motherboard must have 2Gb of main memory. The memory must be installed as matched pairs, dual channel DDR SDRAM, at least 400Mhz, and have a latency of 2-2-2-5 or better. The system must have a power supply with a minimum power rating of 650W, and must have dual independent 12V rails. The power supply must have active power factor correction ability. The system must have hardware RAID disk array support. Min disk storage requirement is 600Gb storage across a minimum of 2 drives in a RAID 0 configuration. Hard drives must be 7000 RPM SATA with 16Mb cache or better. SATA-2 drives are preferred. The system must have two DVD+/- R/W dual-layer drives, with a min 16X burn speed. The system must be able to provide 5.1 audio sound. The system must have a minimum of two USB 2.0. The system must have a minimum of one firewire (IEEE 1394), port. The system must have an 10/100 Ethernet network interface. A gigabit Ethernet network interface is preferred. The systems maximum noise level must be 36dB or less. Systems with noise abatement/sound dampening features using liquid cooling and other acoustic noise absorption material built into case or motherboard must be employed. The system must come pre-installed with Windows XP SP2 as standard. The system must have a 20 or better LCD flat panel monitor. A native resolution of 1600x1200 must be available. The monitor must have a 400 to 1 contrast ratio or better and a minimum 16ms response time or better. A wireless keyboard and mouse must be provided. Must have min 3 yr onsite and phone support 24/7. The primary workstation must come from the same vendor as the rendering workstations to streamline system hardware and software installation and upgrades, modifications, and maintenance. Must accept 110-130V 60Hz AC line current as input. 0001A Backup external storage media Backup external storage media (x2) These salient characteristics are essential to fit within the performance and space requirements of the projection and rendering system. Must have both Firewire 800 (IEEE 1394b) and firewire 400 (IEEE 1394a) support. Must have a min 1.6 Tb (1600 Gb) storage capability in a single unit. Maximum dimensions for each unit cannot be larger than 6.5 x 3.5 x 11. Must accept 110-130V 60Hz AC line current as input. 0001B Audio rendering Audio rendering (x2) These salient characteristics are essential for realistic auditory rendition within the virtual environment. A minimum 5.1 speaker system Must accept 110-130V 60Hz AC line current as input. 0001C DLP projector DLP projector (x1) These salient characteristics are essential to fit within the performance requirements necessary for pre-simulation testing and display. Must have a minimum 1024x768 native resolution, 2000:1 contrast ratio and minimum 1800 ANSI lumens. The projector must accept DVI and S-Video inputs. Must accept 110-130V 60Hz AC line current as input. 0002 Rendering Workstations Rendering workstation (x 11) The salient characteristics for each workstation is described below. These requirements are essential for generating the appropriate visual and audio realism of the immersive environment with a minimum of distracting and undesirable noise, and electrical disturbances from the computer systems themselves. The system must have a AMD Athlon-based processor, Minimum acceptable performance is an FX-57. An Athlon 64 X2 4800+ dual core processor preferred. The motherboard must be based on the nVidia nForce4 chipset. It must support the Scalable Link Interface (SLI), and must have dual PCI-e x16 slots. Motherboard must support overclocking, specifically, bus clock, CPU clock, CPU core voltage, memory voltage must be user-settable. Must have dual nVidia GeForce 7800 GTX graphics cards in an SLI configuration. Each video card must have min 256Mb DDR3 memory. Each video card must have at least two video outputs. Both must be capable of providing output via DB15 (VGA) connectors. Outputs capable of using both VGA and DVI connectors are strongly preferred. The motherboard must have 2Gb of main memory. The memory must be installed as matched pairs, dual channel DDR SDRAM, at least 400Mhz, and have a latency of 2-2-2-5 or better. The system must have a power supply with a minimum power rating of 650W, and must have dual independent 12V rails. The power supply must have active power factor correction ability. The system must have hardware RAID disk array support. Min disk storage requirement is 600Gb storage across a minimum of 2 drives in a RAID 0 configuration. Hard drives must be 7000 RPM SATA with 16Mb cache or better. SATA-2 drives are preferred. The system must have two DVD+/- R/W dual-layer drives, with a min 16X burn speed. The system must be able to provide 5.1 audio sound. The system must have a minimum of two USB 2.0. The system must have a minimum of one firewire (IEEE 1394), port. The system mus t have an 10/100 Ethernet network interface. A gigabit Ethernet network interface is preferred. The systems maximum noise level must be 36dB or less. Systems with noise abatement/sound dampening features using liquid cooling and other acoustic noise absorption material built into case or motherboard must be employed. The system must come pre-installed with Windows XP SP2 as standard. Must have min 3 yr onsite and phone support 24/7. Must accept 110-130V 60Hz AC line current as input. 0003 Projection System Projection System  Salient Characteristics The following salient characteristics are essential for the required stereoscopic projection system. The requirements must be taken as an integrated set. For accountability, a single vendor must be responsible for all support, maintenance, and warranty issues. The projection system must be capable of generating stereoscopic images. It must support distributed rendering image generators, using video output from an array of PC-based image generators. A passive stereoscopic projection system must be used. The system must support back projection. The vendor must provide a minimum of 30 pairs of stereo glasses to be used with the system. The system must consist of three screens and an array of projectors arranged in the following configuration. o Each screen must be at least 10ft wide by 8ft tall in size. o If other screen sizes are provided, they must have an aspect ratio of 5:4. o Each screen will be divided into a 2x2 tile configuration. Each tile must be illuminated by one or more projectors to generate a stereoscopic image. o Images in adjacent tiles must be edge blended to form a seamless image across the entire screen. o Edge-blending must be achieved without assistance from the image-generator or other video source. o The edge-blending solution must be re-configurable to accommodate future changes in projection equipment or geometry. An electronic or hardware-based edge blending solution is strongly preferred. o The projection system for each tile must accept and display stereoscopic video input from a PC-based image generator. The image generator will provide left and right video channels as separate DB15 (VGA) sources. The projection system for each time must accept this as input. o The ability to support S-Video input is preferred. o Light intensity and distortion for the 2x2 image tiles must be hardware correctable to form a single, uniformly illumined image with no distortion across a single screen. As this is a system for research, the projectors must be capable of generating stereoscopic images on non vendor-provided screen material. In particular, the projectors must be capable of displaying stereoscopic images on non-depolarizing surfaces and screens. Individual projectors used must have the following requirements o Minimum 2000 ANSI lumens brightness o Minimum 2000:1 contrast ratio o A minimum lamp life of 2000 hours in the brightest display mode o Must accept S-Video and DB15 (VGA connector), inputs. o Minimum native resolution must be at least 1024x768 pixels. o Maximum achievable throw ratio must be 2.0. All electrical/electronic equipment must accept 110-130V 60Hz AC line current as input. The entire projection system must have a minimum 1 year replacement warranty from manufacturer. The vendor must provide a minimum of 1 year technical support for th e entire projection system. Technical support must include both e-mail and telephone support. E-mail response time shall not be greater than 24 hours. Telephone support must be available during normal office hours. ------------------------------------------------------------------------------------ Delivery Date: Sept. 29, 2005 Place of Delivery and Acceptance: USU Medical Simulation Center, Uniformed Services University of the Health Sciences Name: Col. Mark W. Bowyer, MD FACS Title: Surgical Director of Simulation Address: 2460 Linden Lane, Building 163, Silver Spring, MD 20910 FOB destination The provision at 52.212-1, Instructions to Offerors  Commercial applies to this acquisition. Provision 52.212-2, Evaluation  Commercial Items is applicable. The specific evaluation criteria is included. EVALUATION CRITERIA  WAVE Image Generators and Projection System T.1.1 TRADEOFF EVALUATION FACTORS FOR AWARD T.1.1.1 Basis for Award Award of this task order will be made on a competitive best value basis, using tradeoff among cost/price and non-cost/price factors. The Government may elect to award to an Offeror who is not the lowest bidder. If the award is made to the superior tech nical Offeror, then a cost/technical tradeoff will have to be determined and qualified. Non-Cost/Price factors will include Technical Approach and Quality Control Approach. Non-Cost/Price evaluation criteria order of importance is as follows: Evaluation criteria are numbered in descending order of importance: (1) Technical Approach and (2) Quality Control Approach. T.1.1.2 Cost/Price Evaluation The Government will conduct an appropriate cost/price analysis to determine whether prices are fair and reasonable. As the technical proposals reach equality in the evaluation of non cost factors, the cost proposals become a more important factor in the overall cost/technical tradeoff analysis. Each Offeror must fully document and substantiate a cross mapping of their cost approach as it equates to the technical approach listed in the evaluation criteria. Please note that unsubstantiated costs that are considered unrealistic or unsupported or both may cause the overall technical evaluation to be adjusted in one or more of the factors listed in the non cost evaluation factors upon the completion of the cost/technical tradeoff analysis. T.1.1.3 Evaluation Criteria The following criteria will be used to evaluate the task order proposals. T.1.1.3.1 Technical Approach The degree to which the Offerors technical approach reflects a clear understanding of the requirements set forth within the Required Salient Characteristics. The Image Generators and Projection System have distinct characteristics and are included separa tely. All requirements must be satisfied. The system must permit a fully immersive virtual environment to be generated. The system must support the objectives of various research and educational objectives, including studies in human factors, patient safety, and virtual environment generation. T he Offeror must present a reasonable, well-thought-out approach that is likely to yield the required results within the purchased equipment. T.1.1.3.2 Quality Control Approach The degree to which the Offerors approach to quality control identifies processes, procedures, and metrics which, are likely to predict successful outcome of generating the appropriate visual and audio realism of the immersive environment with a minimum o f distracting and undesirable noise, and electrical disturbances from the computer system itself. In addition, the Offeror must present a service warranty for their proposed equipment. T.1.1.3.3 Price/Cost The degree to which the proposed cost/price is reasonable, realistic, and competitive. Degree of reasonableness and realism should be evaluated based on the appropriateness of: 1) Set and mix of equipment capabilities 2) Total Price/Cost ------------------------------------------------------------------------------------ Offerors must provide a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications  Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders  Commercial Items, applies to this acquisition. This contract requires all warranties as detailed in the Salient Characteristics. Proposals are due no later than 1400 hours, 13 September 2005. Proposals may be electronically submitted to Kathryn McCune, Contract Specialist, kathryn.mccune@det.amedd.army.mil Please provide your proposal in .PDF format. The firewall utilized for For t Detrick, MD, does not authorize or accept zip files. It is anticipated that a Firm-Fixed-Price order will be awarded for a one time purchase and that FAR 52.214-22, Evaluation of Bids for Multiple Awards will be utilized. The anticipated award date 29 September 2005. Questions may be directed to Kathryn McCune, Contract Specialist, kathryn.mccune@det.amedd.army.mil by 6 September 2005 at 1200 hours.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00881955-W 20050831/050829212320 (fbodaily.com)
 
Source
FedBizOpps.gov 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.