Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
MODIFICATION

66 -- One (1) Electrodermal Activity and Physical Activity Sensor - COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS AMENDMENT 0001

Notice Date
9/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX18Q0097
 
Archive Date
9/27/2018
 
Point of Contact
Ariel M. Amey, Phone: 3013941081
 
E-Mail Address
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PROVISIONS AND CLAUSES FULL TEXT ATTACHMENT COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS AMENDMENT 0001 (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. (ii) The solicitation number is W911QX18Q0097. This acquisition is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 August 2018. (iv) The associated NAICS code is 334510. The small business size standard is 1,250 EMPLOYEES. (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: Quantity thirty (30) Each: Electrodermal Activity and Physical Activity Sensor to include shipping costs. (vi) Description of requirements: Salient Characteristics The Government requires thirty (30) Electrodermal Activity and Physical Activity Sensors, for mobile monitoring of psycho-physiological parameters and detecting, recording and analyzing Electrodermal (Galvanic Skin Response) and physical activity of a person. Each Electrodermal Activity and Physical Activity Sensor shall include mobile physical activity sensor(s) and internal sensor(s). C.1 The Contractor shall provide thirty (30) Electrodermal Activity and Physical Activity Sensor that meets the following Salient Characteristics: • Shall have the capability to capture up to four (4) weeks of data in motion, barometric pressure and temperature. • Shall be worn with a wristband on either the wrist or ankle and comes with multi-use, non-polarizing sintered Ag/AgCl electrodes. • Shall acquire the raw data of the armband and 3D acceleration of a test subject allowing secondary parameters like skin conductance level (SCL), skin conductance responses (SCR), and activity intensity to be calculated. • Shall have the following wear locations: Wrist, Ankle • Shall have the following environmental conditions: Temperature: -20 °C - 60 °C 0 °C - 45 °C during charging; Humidity: 0 - 75 %; Relative Humidity Atmospheric pressure: 300 - 1100 hPa absolute. • Shall contain software that is capable of configuring the sensor, starting a measurement and extracting the data from the sensor. Additionally, the Contractor shall provide a software program to view and edit the recorded data. • Shall have the following sizes of wrist/ankle bands: small, medium, large and extra large. • Shall have a warranty of one (1) year. C.2 The Contractor shall provide thirty (30) mobile physical activity sensors that meets the following Salient Characteristics: • Shall contain a Lithium-Polymer Battery power supply. • Shall contain battery voltage of 3.0 - 4.2 voltage (V). • Shall contain 300 charging cycles (with 1 (Charge) C/ 1 C > 80%) Internal Memory: 4 Gigabyte (GB), maximum recording capacity of four (4) weeks, battery run time (recording) ~ five (5) days, recharging time of one (1) hour, size of sensor (Width x Height x Depth) 62.3 millimeters (mm) x 38.6mm x 11.5mm, and weight of sensor of 31 grams (g). C.3 The Contractor shall provide thirty (30) internal sensors that meet the following Salient Characteristics: • Shall perform in accordance with the exosomatic method, constant voltage, DC, 0.5V Resolution: 14 bit, Input range 2 micro siemens (µS) up to 100 µS, Bandwith: DC to 8 Hz, Output rate: 32 Hz 3D. • Shall contain an acceleration sensor: Measurement range: +/- 8 g Noise: 4 mg Output rate: 64 Hz. • Shall contain a pressure sensor with a Measurement range of 300 - 1000, hPa Noise of 0.03, and hectopascal (hPa) Output rate of 1 hertz (Hz). • Shall have a temperature sensor: Output rate: 1 Hz. • Shall have live analysis: Electro Dermal Activity (EDA) skin conductance level (SCL) mean, Temp mean, Movement Acceleration, Step count, charging, State of charge. • Shall have the following indicators: LED, 3-color, Vibration alarm, Marker. • Shall have the following interfaces: Micro-USB, Bluetooth Smart (4.0). • Shall have API: Java API for USB (Windows) Example for Bluetooth Smart (Android). (vii) Delivery is required by six (6) months after contract award. Delivery shall be made to ARL, HRED, Fort Knox, 4708 Old State Rd, Building 1467B / Room 336, Brandenburg, KY, 40108. Acceptance shall be performed at ARL, HRED, Fort Knox, 4708 Old State Rd, Building 1467B / Rm 336, Brandenburg, KY, 40108. 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: NONE. (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: In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government's minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government's minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance (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: FAR: 52.204-10: REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6: PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4: NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (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 (OCT 2016) 52.222-21: PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26: EQUAL OPPORTUNITY (SEP 2016) 52.222-36: AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50: COMBATING TRAFFICKING IN PERSONS (MAR 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) 52.232-33: PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36: PAYMENT BY THIRD PARTY (MAY 2014) 52.239-1: PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) DFARS: 252.203-7005: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015: DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.213-7000: NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.223-7008: PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010: LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.246-7008: SOURCES OF ELECTRONIC PARTS (OCT 2016) 252.225-7035: BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7035 ALT I: BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) ALTERNATE I 252.225-7036: BUY AMERICAN--FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.225-7036 Alt I: BUY AMERICAN -- FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM (DEC 2016) ALTERNATE I (DEC 2016) (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): FAR/DFARS: 52.204-16: COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18: COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40: PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000: REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000: DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003: ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.204-7012: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) FAR/DFARS FILL-IN CLAUSES: 52.252-1: SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.232-7006: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.211-7003: ITEM IDENTIFICATION AND VALUATION (MAR 2016) LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT GOVERNMENT INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERTIFICATE (ARL) PAYMENT INSTRUCTIONS EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTRACTING DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: • In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. • All quotes/bids submitted for this solicitation shall be in United States Dollars (USD) only. • As noted above, delivery shall be made at the Army Research Laboratory, HRED, Fort Knox located at 4708 Old State Rd, Building 1467B / Room 336, Brandenburg, KY, 40108. (xvi) Offers are due on 12 September 2018, by 11:59AM EST at ariel.m.amey.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Ariel Amey, 301-394-1081, ariel.m.amey.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7ffbf7d2bf6de5f92ea701c80a619fbb)
 
Place of Performance
Address: Army Research Laboratory, Fort Knox, Human Research & Engineering Directorate (HRED), 4708 Old State Road, Building 1467B / Room 336, Brandenburg, KY, 40108, United States
Zip Code: 40108
 
Record
SN05079421-W 20180909/180907231612-7ffbf7d2bf6de5f92ea701c80a619fbb (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.