Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

67 -- SOLE SOURCE – 4-camera 60 Hz Smart Eye Pro 6.1 Eye Tracking system - Provisions and Clauses

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0179
 
Point of Contact
Nicole G. Hernandez, Phone: 5756784979
 
E-Mail Address
nicole.g.hernandez2.civ@mail.mil
(nicole.g.hernandez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses (i) 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. APG-ADL-B.5152.206-4400 INTENT TO SOLICIT ONLY ONE SOURCE (FEB 2015) 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) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to Smart Eye AB, Första Långgatan 28 B, Vån 6, Göteborg, 41327, SWEDEN. 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. (End of clause) (ii) The solicitation number is W911QX-17-T-0179. This acquisition is issued as an Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 13 January 2017. (iv) This acquisition is set-aside for N/A. The small business size standard is N/A. (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 - Qty One (1) each, 4-camera 60 Hz Smart Eye Pro 6.1 Eye Tracking system - 1.3 megapixel cameras (Cost includes; One (1) each, Smart Support Hardware Warranty and Software Releases) CLIN 0002 - Qty One (1) each, MAPPS Pro video recording and eye tracking analysis software license CLIN 0003 - Qty One (1) each, MAPPS ‘Add Ons' CLIN 0004 - Qty One (1) each, Screen Capture Hardware for 3 screens CLIN 0005 - Qty One (1) each, Installation and Commissioning by Smart Eye; 3 days training time/on-site installation and commissioning. Including travel expenses. CLIN 0006 - Shipping to Redstone Arsenal, AL 35898 System requirements: Eye-tracking system • The system shall be a remote eye tracker. • The system shall be compatible with the Apache helmet and Head Mounted Display (HMD). • The system shall output Three-Dimensional (3D) eye and head tracking data. • The system shall allow for free camera placement for all number of cameras required within the environment in order to cover multiple screens • The head and eye tracking system shall run on one single computer. • New participant set up-time shall take no more than 30 seconds per participant. • The system shall be able to work in all lighting conditions (dark and sunlight) Analysis Tool • The software shall be able to record multiple screens content (minimum of 6) and overlay eye gaze position presented as a cross hair overlay. • The software shall allow the researcher to review and analyze multiscreen recordings in a single data set. • The software shall have functionality for recording and analysis of multiple subjects • The software shall provide seamless time stamping and data synchronization to ensure 1:1 mapping of data and time. • The analysis tool shall be able to handle ROI, heat-maps, exports. • The analysis shall be able to record and synchronize all forms of arbitrary data including audio, video, screens, state and physiological. Support and training requirements: • During training the supplier shall have high accuracy 3-D measurement tools available for measuring the world positions. • Training shall be provided on-site for setting up, using, maintaining and managing the system. • The system provider shall be able to support on site installation and be easily contactable for ongoing project needs. (vi) Description of requirements: N/A (vii) Delivery is required four (4) weeks After Date of Contract. Delivery shall be made to Redstone Arsenal, AL 35898. Acceptance shall be performed at Government. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: Not Applicable (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: Not Applicable (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 (JUL 2013); 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2015); 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2015); 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (AUG 2013); 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (OCT 2015) ALT I (OCT 2014); 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013); 52.222-3 CONVICT LABOR (JUN 2003); 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014); 52.222-26 EQUAL OPPORTUNITY (MAR 2007); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014); 52.222-50 COMBATING TRAFFICKING IN PERSONS (FAR 2015); 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011); 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (OCT 2015); 52.232-18 AVAILABILITY OF FUNDS (APR 1984); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013); 52.232-36 PAYMENT BY THIRD PARTY (MAY2014); 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS; 252.203-7000 REQUIREMENTS RELATINGTO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DODOFFICIALS (NOV 2011); 252.204-7000 DISCLOSURE OF INFORMATION (OCT2016); 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORKPRODUCT (APR 1992); 252.204-7008 COMPLIANCE WITH SAFEGUARDINGCOVERED DEFENSE INFORMATION CONTROLS (AUG 2015); 252.204-7011 ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011); 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (SEP 2015); 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (FEB 2014); 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (MAY 2011); 252.225-7013 DUTY-FREE ENTRY (MAY 2016); 252.225-7020 TRADE AGREEMENTS CERTIFICATE (NOV 2014); 252.225-7021 TRADE AGREEMENTS-BASIC (DEC 2016); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012); 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013); 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002). (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): 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998), 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011), 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); APG-ADL-B.5152.204- 4409 ACC - APG POINT OF CONTACT (APR 2011), APG-AD;-B.5152.204-4411 TECHNICAL POINT OF CONTACT (DEC 2002), APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999), APG-ADL-E.5152.246-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999), APG-ADLG. 5152.232-4418 TAX EXEMPTION CERTIFICATE (SEP 1999), APG-ADLH. 5152.211-4401ALT RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003); APG-ADL-L.5152.215-4441 US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION WEBSITE (FEB 2012); APG-ADL-B.; DUTY-FREE ENTRY (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 23 June 2017, by 11:59AM Mountain Standard Time (MST) via email to Nicole.g.hernandez2.civ@mail.mil (xvii) For information regarding this solicitation, please contact Nicole Hernandez, (575) 678-4349, Nicole.g.hernandez2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ce177cd2ccd0b7cab48218aad7cd283)
 
Place of Performance
Address: Bldg. 5400, Room C236, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04546367-W 20170617/170615235616-2ce177cd2ccd0b7cab48218aad7cd283 (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.