SOLICITATION NOTICE
16 -- HEAD-MOUNTED EYETRACKER SYSTEM
- Notice Date
- 5/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA15548335Q-ALM
- Response Due
- 5/29/2015
- Archive Date
- 5/14/2016
- Point of Contact
- Michael M. Lehner, Contract Specialist, Phone 650-604-1192, Fax 650-604-3020, Email Michael.M.Lehner@nasa.gov - Marianne Shelley, Contracting Officer, Phone 650-604-4179, Fax 650-604-3020, Email marianne.shelley@nasa.gov
- E-Mail Address
-
Michael M. Lehner
(Michael.M.Lehner@nasa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for one (1) head-mounted eyetracker system hardware and software package to satisfy the following requirements: 1 - Capable of capturing the fixation point of the users eyes across all relevant regions within a helicopter simulator. The visual angles that are required to be captured are calculated to be 56 degrees (vertical) and 133 degrees (horizontal). 2 - The system must provide a method of defining multiple discrete regions of interest within the simulation environment. The simulation consists of at least seven separate display elements, each with unique position and geometry. One of these display elements is mounted on an adjustable arm to allow the user to modify the position for entry/egress and ergonomic comfort. The eyetracker system must be capable of incorporating a pre-defined system configuration into the data analysis process, resulting in data that specifies the display element the user was looking at, and the specific location (in X,Y coordinate frame) of their fixation on the display, including for the adjustable display. 3 - The system must be capable of recording additional video from a remote camera positioned above and behind the users head. This camera will provide a fixed view of the simulation environment to more easily monitor user interactions. The video recorded from this camera must be automatically time-synced with other data recorded from the eyetracker system, and must support further analysis by superimposing the users eye fixation point over the video during playback. 4 - The system must be capable of capturing the data and sending it across a local area network in real-time with minimal latency. 5 - The system must be compatible with a standard Army flight helmet (HGU-56/P) for future flight tests in a live helicopter. The system must be operational in outdoor environments, and must not interfere with the wearers use of the helmets visor. 6 - Maintenance package for a 24 month period to remedy hardware/software failures and provide software updates and technical support. 7 - Training, orientation, and set-up assistance provided on-site at NASA Ames Research Center for a minimum of one 6-hour day. The timing of the training will be on a date mutually agreeable to the end user and the vendor within two weeks after product delivery. The provisions and clauses in the RFQ are those in effect through FAC 2005-82. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 541712, Research and development in the Physical, Engineering, and Life Sciences (except Biotechnology) and 500 employees, respectively. All responsible sources may submit an offer which shall be considered by the agency.The offeror shall state in their offer their size status for this procurement. Offerors must have current registration and Representations and Certifications in the website SAM.gov, and provide the firms DUNS number with their offer. Delivery to Ames Research Center, Moffett Field, CA 94035 is required within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by May 29, 2015 at 4pm Pacific Time. Offers shall be submitted via email to Mike Lehner at michael.m.lehner@nasa.gov no later than the date and time provided. Only electronic receipt of offers will be accepted. Submit offers in Adobe PDF format. Each file cannot exceed 10 MB in size, limit five (5) files.Offers must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (DEC 2014), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). 52.247-34 (NOV 1991), F.o.b. Destination FAR 52.212-5 (MAR 2015), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (AUG 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). Applicable NASA FAR Supplement clauses are: 1852.215-84 (NOV 2011), Ombudsman. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html. 1852.223-70, Safety and Health (APR 2002). 1852.225-70, Export Licenses (FEB 2000). 1852.227-86, Commercial Computer Software Licensing (DEC 1987). 1852.237-73, Release of Sensitive Information (JUN 2005). All contractual and technical questions must be in writing (e-mail) to Mike Lehner not later than May 22, 2015. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit and price.It is critical that offerors provide adequate detail to allow evaluation of their offer.(See FAR 52.212-1(b)). Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi- bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Note: DUNS number will be used to verify offerors current registration in SAM.gov pursuant to FAR clause 52.212-3Offeror Representations and CertificationsCommercial Items (MAR 2015). The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.htm l The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15548335Q-ALM/listing.html)
- Record
- SN03731358-W 20150516/150514235224-3dfbc4631a85952b739409dc5fd1378d (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 |