Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
AWARD

65 -- Computerized Dynamic Posurography System

Notice Date
9/10/2019
 
Notice Type
Award Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Army, US Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0219Q0231
 
Archive Date
9/25/2019
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W81K0219P0213
 
Award Date
9/10/2019
 
Awardee
E3 DIAGNOSTICS, 3333 N KENNICOTT AVE, ARLINGTON HEIGHTS, Illinois 60004-1429, United States
 
Award Amount
$154,350.00
 
Line Number
LINES 0001 THROUGHT 0005
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0219Q0231; Purchase Request; 0011340568, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519; Size Standard for small business is 1,250 employees. RFQ is being issued as a SMALL BUSINESS SET-ASIDE. This requirement is for a "Computerized Dynamic Posturography System" to be used for the Traumatic Brain Injury Program (TBI) at Madigan Army Medical Center Tacoma WA. SEE LINE ITEMS 0001 through 0005. All responsible Contractors shall provide an offer for the following Brand Name; Bertec, or Equal Products: LINE ITEM: 0001: Bertec Balance Advantage CDP/IVR # 9P-0036 EACH: 00001 LINE ITEM: 0002: Bertec Vision Advantage (BVA) # 97P-0037 EACH: 00001 LINE ITEM: 0003: Foundations Course, Clinical Training, EACH: 00001 Travel & Expenses LINE ITEM: 0004: CDP/IVR Installation EACH: 00001 LINE ITEM: 0005: Crating, Shipping & Insurance, Domestic US EACH: 00001 Salient Characteristics/Minimum Characteristics Computerized Dynamic Posturography Computerized Dynamic Posturography (CDP/IVR) combines immersive virtual environments with dual-balance force plate technology. The advancements in technology increase the clinical value of CDP in both assessment and targeted therapy interventions, especially for patients suffering from dizziness, balance problems and/or motion sensitivity. Training with immersive, virtual stimuli can increase patient motivation, adaptability and variability - all factors that positively affect patient outcomes. The Bertec Vision Advantage (BVA) identifies dysfunction in the vestibular ocular reflex (VOR) per the Dynamic Visual Acuity Test. The BVA provides a more objective test than the standard clinical DVA test with using an eye chart. The BVA also includes a Gaze Stability Test that identifies when the VOR falls below normal limits and whether there is an asymmetry between the left and right side. These advanced capabilities allow the clinician to customize treatment to the patient, resulting in optimal patient outcomes. 1. Standard Package: • Rock Wall • Checkerboard Room • Optokinetic stripes (horizontal and vertical, adjustable width and speed) • Grocery aisle (real-time adjustable parameters) • Flight simulator • Castle Corridor Bertec Balance Advantage Software Dedicated computer Touchscreen monitor Wireless keyboard and pointing device/mouse Color Printer Specifications: Expanded assessment and treatment protocols Low 4" step height onto dual-balance force plate Low profile, easy access, open space, no hinge obstruction High-sensitivity dual-balance force plate Clinician touch screen display for user-friendly experience Intuitive, comprehensive clinical software for patient tracking Over 180 degree horizontal field of view, over 90 degree vertical field of view 18" x 20" balance plate level with 12"x 39" clinician standing area Modular software design to fit your needs Patented and HIPAA compliant patient database with merge and sync capabilities across all Bertec Balance Advantage® products Head rotation can be measured in yaw, pitch and roll planes Modular software design to fit your needs Multiple Axis of Rotation Wireless Inertial Measurement Unit (IMU) Assessment Protocols Assessment Protocols Dynamic: - Sensory Organization Test (SOT) - Motor Control Test (MCT) - Adaptation Test (ADT) Static: - Limits of Stability (LOS) - Rhythmic Weight Shift (RWS) - Unilateral Stance (US) - Weight Bearing Squat (WBS) Featured Training: - Quick Training - Mobility - Closed Chain - Weight Shifting - Vision Visual Processing Time (VPT) - this quick screen ensures the patient can process the optotypic (letter "E") stimuli quickly enough to use DVA and GST protocols accurately and reliably. Baseline Visual Acuity (BVAT) measures a patient's visual acuity with the head stationary. The results are then used for comparison to visual acuity while the head is moving during DVA and GST protocols. Dynamic Visual Acuity (DVA) provides an assessment of the smallest character the patient can identify accurately while the head is moving at a specific and constant velocity. Data can be collected for any axis of rotation (yaw, pitch, or roll) and are analyzed and reported for each direction of rotation separately. Results indicating significant loss of visual acuity in one or both directions are considered an indication of VOR impairment. Gaze Stabilization Test (GST) measures the head velocity, axis, and direction where visual accuracy breaks down. Results provide insight into a patient's effective use of VOR as it relates to functional demands for activities of daily living, and clinicians can use the data to make training decisions and document progress. Patient Training uses computerized VOR training to simulate gaze stabilization X1 exercises, with selectable controls for velocity and direction of head movement. Training exercises are customized to patient performance on DVA and GST and can be programmed to progress through varying levels of challenge depending on patient's successful completion. Progress reports are automatically stored for printing. EVALUATION OF FACTORS: Award will be made based on Lowest Price, Technically Acceptable. (LPTI) The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factor considerations are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims; 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. **Offers are due by 26 August @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. **Note: RFQ Offers must contain, the minimum; the Solicitation Number, Contractor's Representative Name & signature and date, Cage Code & DUNS information in order to be accepted for consideration. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9665 South & Perry Street Tacoma WA 98433 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation: walter.j.bischoff.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/Awards/W81K0219P0213.html)
 
Record
SN05437533-W 20190912/190910230816-7f4b98313877e401bdcd98af25490e09 (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  © 1994-2020, Loren Data Corp.