Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SPECIAL NOTICE

66 -- Actigraphy - Motion logger

Notice Date
3/18/2011
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
N6311611MPHX048
 
Archive Date
6/16/2011
 
Point of Contact
Steven Streeter, 508-233-6180
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(steve.streeter@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Introduction: Pursuant to FAR Subpart 13.106-1(b)(1), the U.S. Army RDECOM Contracting Center, Natick Contracting Division, on behalf of the Naval Health Research Center (NHRC), intends to award a firm fixed price purchase order on a sole source basis to: Ambulatory Monitoring, Inc., Ardsley, NY 10502. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENT IS AVAILABLE. 1. Nature and description of the supplies or services required to meet the agency's needs: This sole source document is for the purchase of one hundred (100) Motion Logger wrist actigraphy monitors, associated peripheral equipment necessary for data download and transfer, and software necessary for data analysis. The Motion Logger monitor produced by Ambulatory Monitoring Inc. has been specifically designed for use in sleep research where precision of measurement is paramount and compliance with the subject population is difficult. The complete Motion Logger system is composed of; the actigraphy monitors, the transfer cables necessary for downloading the monitors to a computer, and the ActME software which is the software responsible for interpreting the data downloaded for each subject. NHRC sees a need for 100 Motion Logger monitors so that large populations can non-invasively be monitored for sleep quality which is a marker of stress. The research plans of NHRC necessitate 100 Motion Logger monitors so that this research may take place as quickly and efficiently as possible. 2. A demonstration that the proposed contractor is the only source available to provide these services or goods (i.e. unique qualifications, proprietary rights, etc.): The AMI Motion Logger has already been tested and validated in other miltary groups. The United States Army consulted on the design and function of this specific monitor to ensure a device active duty military would be more compliant with wearing. NHRC has had previous success using this monitor in the Special Warfare community versus other wrist devices that do not look nor function as well. The Motion Logger is manufactured and distributed by Ambulatory Monitoring Inc and therefore they are the only source available for purchasing this product. Further, AMI is capable of provide the large quantity of these devices to NHRC in the short time frame needed to complete this study. They have also agreed to provide any product modifications and updates to the technology as they are developed in the next year at no cost thus keeping NHRC current with emerging technologies. 3. A description of the market research that was conducted and the results, or a statement of the reason a market research was not conducted: Market research was conducted and the Motionlogger monitor is the best wrist actigraphy system that; allows for extensive data logging, and functions as a standard sports watch. Therefore, due to options available the Motionlogger monitor is the only wrist actigraphy system that meets Navy requirements for the upcoming study on the benefits of TLD on markers of PTSD. 4. Any other facts supporting the use of other than full and open competition: None 5. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required: None 6. Interested parties may identify their interest and capability to respond to this requirement to the U.S. Army RDECOM Contracting Center, Natick Contracting Division via e-mail to: steve.streeter@us.army.mil no later than 6:00 PM (EST) March 23, 2011. Contracting Office Address: RDECOM Contracting Center - Natick CCRD-NA-SU, Natick Contracting Division Kansas Street, Building 1 Natick, MA 01760-5011 Point of Contact: Steven Streeter, Contract Specialist (508) 233-6180 steve.streeter@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6884509a7ae07944837b2ecce530c9e)
 
Record
SN02404356-W 20110320/110318234423-f6884509a7ae07944837b2ecce530c9e (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.