Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

66 -- Instrumented Walkway

Notice Date
9/15/2020 7:37:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E20Q0265
 
Response Due
9/18/2020 7:00:00 AM
 
Archive Date
10/18/2020
 
Point of Contact
Email: michael.haydo@va.gov, Contracting Officer: Michael Haydo, Phone: (412) 822-3158
 
E-Mail Address
Michael.Haydo@va.gov
(Michael.Haydo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E20Q0265 Posted Date: 09/15/2020 Original Response Date: 09/18/2020 Current Response Date: 09/18/2020 Product or Service Code: 6640 Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotations are being requested, and a separate written solicitation document will not be issued. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one Walkway system in accordance with the specifications. Salient Characteristics The instrumented walkway system shall satisfy as a minimum the following requirements: Walkway capture area width. It is essential that a walkway s active sensor area is wide enough to accommodate approaching and exiting turn trajectory as well as a 180° step turn itself. The wider the active walkway, the more comprehensive the data available for processing and analysis. A minimum active sensor area of 48 inches (approximately 122 cm) in width and 14 feet (approximately 425 cm) in length is necessary to accommodate the variability in path approaching the 180 degree turn around an object as well as a range of radius of the turn of a TUG test. Previous research had determined that people with pathological gait patterns approach a turn at differing trajectories, some wider than others. Providing as much mat width as possible will allow for more unrestricted gait analysis. Additionally, having a mat thickness of no more than .5 allows for easier and safer floor-to-mat transitions for the study participants while ambulating. Portability. The walkway system must be easily transportable to field data collection sites using carrying cases. Roll-up style mats have a benefit over tile styles walkways in this area. One person must be able to assemble, disassemble, and transport the system is manufacturer provided cases without the use of special tools or material lifting equipment. The system will require electric power provided by standard wall outlets to function and ensure uninterrupted data collection, and all necessary cords, connecters and adapters will be included. Temporal-spatial and pressure gait parameters. A minimum sampling rate of 60 Hz is required for capturing desired gait parameters. The walkway must provide adequate sensor resolution and arrangement to capture standard temporal-spatial gait parameters (step length/time, swing length/time, step width, stride length/time, double/single limb stance times) as well as provide center of pressure (CoP) tracking during gait. Sensor density sufficient to detect gait events through footfalls is intrinsic to each of the walkway systems on the market. Pressure detection for at minimum three levels/ranges to allow for accuracy of CoP mapping during gait is necessary. Ideally, the system will provide the ability to manually start and stop data collection as well as mark individual gait events using a wireless handheld trigger switch. Robust data detection/analysis software. Software must natively calculate pressure within a user-defined region, center of pressure trajectory, estimated center of mass excursion, step characteristics (step length/time, swing length/time, step width, stride length/time, double/single limb stance times).The system will provide a software package that enables output of gait variables of interest in real-time with the ability to export to .txt or excel files. The system must have the capability for collection of multiple pass trials and the ability to analyze overlapping footfalls that are often seen with pathological gait and turning activities. Furthermore, a system possessing the ability to provide data such as estimated center of mass (CoM) trajectory is necessary as it adds relevant information about the subject s displacement during gait. Ideally, the manufacturer will provide a laptop and USB connection cables for use with the walkway equipment to ensure maximum congruency of all parts of the system. Synchronized video capture. The walkway system must have the ability to capture video of the subject s walk that is synched with the gait parameter output. This provides the ability for the researcher/clinician to view how the subject performed during the pass and identify any anomalies associated with the data. A standard webcam camera with appropriate USB connectivity to a vendor provided laptop and the ability to aim in the direction of the walkway is necessary for optimal data collection. Additional requirements. System cannot require the testing subject to have any devices placed on their body. No shoe inserts, belts, wires/cables, or sensors are required to attach to individuals in order to collect data. The manufacturer will provide for user training seminars and have adequate additional support systems in place to provide technical assistance as necessary through at least the warranty period of the device. Warranty covers, at minimum, one year after purchase on software and hardware with lending options, if necessary, during repair periods. The system will have a protective surface layer on which subjects can walk to improve maintenance of the sensored portion of the walkway. The walkway surface must be easily cleaned and maintained with the use of common household cleaners and vacuums. This is a requirement for an instrumented walkway system in accordance with the salient characteristics and the solicitation specifications. Any proposed products shall meet, or exceed, all of the salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery: US Department of Veterans Affairs VA Puget Sound The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor ""meeting or exceeding the requirement , and (3) price"".   Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 9/18/2020 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a19083532fd942bbb7aa899bae304ed9/view)
 
Place of Performance
Address: Puget Sound, WA
 
Record
SN05798460-F 20200917/200915230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.