|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1999 PSA#2354DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- HUMAN DYNAMOMETER SOL RQ99-027 DUE 061799 POC Brenda Goodwin,
304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 THIS IS A
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN
ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH
ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as
Request for Quotation No. RQ99-027. This procurement is being issued
unrestricted. The Standard Industrial Classification is 3829 with a
size standard of 500 employees. This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-08. The National Institute for Occupational
Safety and Health in Morgantown, WV has a requirement for one (1) human
dynamometer. SPECIFICATIONS: The dynamometer should accommodate
quantitative testing of upper and lower extremities for both functional
and isolated testing and exercise. The dynamometer should be able to
operate in isometric, isokinetic, isotonic, concentric/eccentric, and
CPM modes. The dynamometer should also be capable of providing open and
closed kinetic chain movements, work simulation, ergonomic assessments,
hand and wrist functional and quantitative assessment (grip and pinch
strength), pushing, pulling, and lifting simulations, and quantitative
strength testing. The system shall include all hardware, attachments,
and windows-based software to accommodate the aforementioned
functions. The software should be configured to sample force or torque,
position, and velocity in real time and download the data into an ASCII
format for later processing. The system should be turn-key and be
shipped and installed by the manufacturer. Hardware specifications: 1).
Unlimited concentric speed in the isotonic mode. 2). 360 degrees of
continuous movement. 3). Minimum torque of less than or equal to 5
in-lbs. 4). Maximum torque -- Isometric mode greater than 1700 in-lb.
Isokinetic mode greater than 1200 in-lb. Isotonic mode greater than
1400 in-lb. 5). Torque accuracy less than or equal to plus or minus 3
per cent. 6). Eccentric speed up to 240 degrees/sec. 7). Rotational
Velocity accuracy less than or equal to plus or minus 5 deg/sec. 8).
Centerline of motor shaft should be adjustable in the vertical plane
from 20 inches to 80 inches above the floor. 9). Centerline of the
motor shaft positional capability of -90 degrees to +90 degrees about
the horizontal axis (0 degrees = horizontal). Shaft should be capable
of positional increments of less than or equal to 25 degrees. 10).
Include a low in-oz. resistance cable pulley system. 11). Tool location
plus or minus 1 degree. Software specifications: The software should be
windows-based and provide a menu-driven selection process via touch
screen on the computer monitor. The touch screen menu is to be capable
of programming the dynamometer in all modes specified above and
provide biofeedback to the subject in real time. The software also
should sample data (force or torque, position, velocity, and time) in
real time at a sampling speed of greater than or equal to 100 Hz and
download the data into an ASCII format for later processing. Instrument
shall be Y2K compliant. DELIVERY: FAR Clause 52.211-9 "Desired and
Required Time of Delivery" applies to this solicitation. The Government
desires delivery within 60 DAYS after receipt of order. If an offeror
is unable to meet the desired schedule, it may without prejudicing
evaluation of its offer, propose a different delivery schedule provided
it does not extend beyond the Government's required schedule of 90 DAYS
after receipt of order. EVALUATION FACTORS: Offers will be evaluated on
their ability to provide all items which meet or exceed the stated
specifications. The Government will evaluate based on F.O.B.
Destination (Morgantown, West Virginia) and the requirements at FAR
52.214.21 "Descriptive Literature" apply. Information provided must
demonstrate the unit's ability to meet the specifications above or your
offer may be rejected. The Government intends to make one award to the
responsive, responsible offeror whose proposal is most advantageous to
the Government. The following FAR provisions apply to this
solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial
Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items. Additionally, the following
FAR clauses cited in Clause 52.212-5 are also applicable to this
acquisition as follows: 52.222.26 "Equal Opportunity"; 52.222-35
"Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era "; 52.222-36 "Affirmative Action for Workers with Disabilities";
52.222-37 "Employment Reports on Disabled Veterans and Veterans of the
Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18
"European Community Sanctions for End Products." Quotes are due on June
17, 1999, 3:00 p.m. local prevailing time. Fascimile submissions are
not authorized. Submit the following to DHHS, PHS, CDC, NIOSH, ALOSH,
Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1)
original and two copies of a completed SF 1449, signed by an individual
authorized to bind the organization; (2) Pricing Schedule for
instrument listed above, including delivery schedule ; (3) completed
Representations and Certifications -- Commercial Items, FAR 52.212-3;
(4) descriptive literature for evaluation purposes; and (5)
acknowledgment of solicitation amendments, if any. Offers that fail to
furnish the required information, or reject the terms and conditions
of this solicitation may be excluded from consideration. Information
regarding this notice can be obtained from Brenda Goodwin at
(304)285-5882 or by fax at (304) 285-6083. All responsible sources may
submit a response, which shall be considered by the Agency. Rex S.
Wolfe, Jr. Contracting Officer, ALOSH Posted 05/24/99 (W-SN334918).
(0144) Loren Data Corp. http://www.ld.com (SYN# 0320 19990526\66-0022.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|