Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

67 -- MOTION CAPTURE UNIT SOL 1-111-RBM-1015A DUE 032900 POC Lauretta E. Cole, Purchasing Agent, Phone (757)-864-2443, Fax (757) 864-9775, Email L.E.COLE@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-111-RBM-1015A. E-MAIL: Lauretta E. Cole, L.E.COLE@larc.nasa.gov. This notice 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; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). MOTION CAPTURE UNIT; 1 EACH: HARDWARE. UNIT CONSISTS OF CAPTURE AND PROCESSING HARDWARE HOUSED IN ONE COMPACT, PORTABLE UNIT. 3-LEVEL INFRARED STROBE WITH ABILITY TO ILLUMINATE POASSIVE INFRARED POSITION MARKERS OR TRIGGER ACTIVE INFRARED POSITION MARKERS. MCU TO LIMIT POSITION MARKER ILLUMINATION OF ITS CCD TO INFRARED SPECTRUM. SHALL BE CAPABLE OF CAPTURING MOTION OF POSITION MARKERS AT ANY INTEGER SAMPLING RATE BETWEEN 1 AND 1000 HZ. MCU SHALL PROVIDE ABILITY TO ADJUST AND FILTER MINIMUM AND MAXIMUM SIZE OF POSITIONAL MARKERS TO BE CAPTURED. A LED DISPLAY SHALL BE MOUNTED ON THE FRONT OF THE CAMERAS TO DISPLAY DETECTED MARKERS AND ERROR CODES. THE UNIT SHALL OUTPUT 2D MARKER POSITION COORDINATES TO A COMPUTER OVER AN RS422 SERIAL LINK. PROVISION SHALL BE MADE FOR MULTIPLE MCU'S TO BE DAISY CHAINED TO ALLOW FOR SYSTEM EXPANSION AND ABILITY TO COMBINE DATA FROM MULTIPLE UNITS INTO THREE DIMENSIONS. UNIT INTERNAL CONTROL SOFTWARE SHALL BE UPGRADABLE AND LOAD FROM A COMPUTERS SERIAL PORT. TRIGGERING OF POSITION COORDINATE COLLECTION SHALL BE AVAILABLE AT THE UNIT WITH A KNOWN FIXED LATENCY BEFORE FRAME EXPOSURE. SHALL PRODUCE A SYCHRONIZATION OUTPUT PULSE IN TIME WITH THE MCU EXPOSURE RATE FOR SYNCHRONIZATION OF EXTERNAL EQUIPMENT. UNIT SHALL ALLOW VARYING CAMERA LENSES TO ALLOW FOR CHANGES IN FIELD OF VIEW. A CAMERA LENSE SHALL BE INCLUDED AND WITH FOCAL LENGTH SPECIFIED AT TIME OF PURCHASE FOR EACH UNIT. UNIT SHALL BE CONNECTABLE VIA HIGH SPEED SERIAL COMMUNICATION PORTS TO A PC UTILIZING A SEALEVEL ACB530 SERIAL CARD OR TO A LAPTOP SEALEVEL PCMCIA CARD. ALL POWER CORDS AND CAMERA CABLES SHALL BE INCLUDED. MCU POWER SUPPLY SHALL BE SELF ADJUSTING BETWEEN 110 AND 220 VOLTS. FIRST MCU IN CHAIN OF MULTIPLE MCU'S TO CONTROL STARTUP OF ALL ADDITIONAL UNITS IN A SYSTEM. SHALL BE ABLE TO RESOLVE AT LEAST .01 MM IN A METER FIELD OF VIEW. EACH UNIT SHALL BE TESTED PRIOR TO SHIPMENT AS PERFORMING TO SATISFACTORY STANDARD AT 5 AND 35 DEGREES C. SYSTEM USES PASSIVE RETROREFLECTIVE MARKERS OF VARYING SIZES (2.5MM -- 40MM) TO TRACK MOVEMENT. CAPABLE OF DYNAMIC, AUTOMATIC CALIBRATION OF LARGE AND SMALL VOLUME WITHIN A FEW SECONDS WITHOUT MANUALLY IDENTIFYING CALIBRATION MARKERS. DYNAMIC CALIBRATION WAND, REFERENCE FRAME AND CARRYING CASE REQUIRED. SOFTWARE: PROVIDES FULL PERSPECTIVE 3D REPRESENTATION OF WORKSPACE, MARKERS AND TRAGECTORIES WITH SCALED FLOOR AREA AND DISPLAY OF AXIS ALIGNMENT. MOUSE CONTROLLED 360 DEGREE ROTATION AND ZOOM. ABILITY TO DEFINE AND MANIPULATE (OPTIMIZE) TRACKING PARAMETERS FOR SPECIFIC EXPERIMENTAL CONDITIONS TO INCREASE THE ABILITY OF THE SYSTEM TO TRACK MARKERS AUTOMATICALLY. ABILITY TO VIEW AND EDIT 3D DATA AFTER COLLECTION, WITHIN THE SOFTWARE OF THE MOTION ANALYSIS SOFTWARE (INTERPOLATE GAPS BY A CUBIC SPLINE). ABILITY TO MONITOR CAMERA FIELD OF VIEW PRIOR TO CAPTURING MOTION ON PC MONITOR. MOVEMENT CAPTURE SHALL BE CAPABLE OF BEING INITIATED BY PC CONTROL, EXTERNAL TRIGGER OF TRIGGER FROM ANALOG EQUIPMENT. ABILITY TO EXPORT DATA IN THREE DIFFERENCE FORMATE -- TSV, C3D, CME. SOFTWARE TO BE RUN IS MS EXCELL TO PERFORM KINEMATIC ANALYSIS USING TSV FILE. OVERALL SYSTEM ACCURACY AND PRECISION OF LENGTH AND DISPLACEMENT MEASUREMENTS LESS THAN PLUS/MINUS 0.01CM (1MM). HARDWARE AND SOFTWARE SERVICE AND SUPPORT TO INCLUDE PHONE, FAX AND EMAIL DESIRED. DELIVERY, INSTALLATION AND TRAINING TO BE PERFORMED ON SITE. SHALL BE FOR A 3D 1000HZ PROREFLEX SYSTEM BY QUALYSIS OR FULLY EQUAL. The provisions and clauses in the RFQ are those in effect through FAC 97-15. This procurement is a total small business set-aside. The SIC code and the small business size standard for this procurement are 3829 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA Langley Research Center is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-A-7. Quotations for the items(s) described above are due by 4:00 p.m. est, March 29, 2000 and may be mailed or faxed to Lauretta E. Cole, NASA Langley Research Center, Hampton VA @3681, fax: 757-864-9775 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 52.214-35, 1852.215-84, 1852.225-73 FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-36, 52.222-37, 52.222-19, 52.232-34, 52.225-21 ALT. The FAR may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than March 20, 2000. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by information submitted by the quoter providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See Internet Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Posted 03/13/00 (D-SN433852). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0237 20000315\67-0002.SOL)


67 - Photographic Equipment Index Page