Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,2000 PSA#2662

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- WEARABLE, PORTABLE, BATTERY-OPERATED, 4-CHANNEL PHYSIOLOGICAL MONITOR/RECORDER SOL 2000-033 DUE 090100 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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Quotation (RFQ) No. 2000-033. 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 97-18. The Engineering and Control Technology Branch (E&CTB) of the Health Effects Laboratory Division (HELD) of the National Institute for Occupational Safety and Health (NIOSH), Morgantown, WV, requires a minimum of at least 4-channel physiological monitoring/recording instrumentation which is simultaneously capable of recording the heart rate (HR) to include inter-beat-intervals (IBIs), skin temperature, and activity level of the wearer. The monitoring unit must be capable of being worn by the individual being monitored during the execution of manual labor in both laboratory and field industrial environments. The monitor/recorder must provide an event-recorder capability to allow the wearer to identify the time at which a user-designated event occurs. The monitor/recorder must be capable of recording and storing data for a period of equal to or greater than 4 hours (greater than 8 hours preferred); an automatically generated time-marking/'time-stamping' data channel must be an integrated capability. The Government's basic requirement is for instrumentation to monitor 8 individuals, with an option to purchase monitoring equipment for up to 10 additional individuals during the next 12 months. Your quotation should be structured accordingly. SPECIFICATIONS AND REQUIREMENTS: PHYSICAL CONFIGURATION AND GENERAL CAPABILITY: (1) The size must be small (less than 5 x 3 x 1 inch), and light-weight (less than 5 oz, including batteries). (2) The recording unit must provide at least four channels of recording capability and be user-configurable to permit the simultaneous recording of HR or HR IBI (user-selectable), temperature, activity levels, and event marking in any combination; an automatically-generated time-marking/'time-stamping' data file must be created to assure that the timing and temporal relationships among the other, recorded data can be readily determined. POWER SOURCE. THE MONITOR/RECORDER MUST BE BATTERY POWERED: The device must be battery operated using a long-lived, commonly available battery (or batteries) that are user-replaceable. HEART RATE (HR) OR HEART RATE INTER-BEAT INTERVAL (HR-IBI): (1) HR data must be accurately and reliably recordable from active individuals performing simulated or actual physical labor in laboratory or industrial environments (e.g., lifting tasks) throughout the range of 35-250 beats-per-minute with a resolution of 1 bpm and an accuracy of plus or minus 1 bpm. (2) When HR is selected, HR output, as a minimum, is to be based on the number of whole beats during the interval or, if sampled based on a user-selected time interval equal to or less than 60 seconds, an extrapolation to the mean number of beats-per-minute. (3) When the HR-IBI option is selected, the output will, as a minimum, be a continuous record of the IBI for each successive pair of heart beats. Each beat is monitored and HR IBI intervals are determined and recorded with a resolution of at equal to or less than 1 msec and an accuracy of equal to or less than plus or minus 1 msec. (4) To enable the HR-IBI output to be correlated in time with the other measures (temperature and activity), when the HR-IBI option is chosen, the data output options available will include the option to include a record of IBI-correlated time-stamps' with a resolution of equal to or less than 1 second required; equal to or less than 0.2 seconds preferred. TEMPERATURE MONITORING/RECORDING: (1) Temperaturedata must be accurately and reliably recordable from active individuals performing simulated or actual physical labor in laboratory or industrial environments (e.g., lifting tasks) throughout the range of 86-107 degrees F with a resolution of less than 0.1degrees F and an accuracy of less than 0.2 degrees F. (2) As a minimum, the temperature output must be based on a single sample obtained at a consistent time within the user-identified interval (a mean temperature based on 1/second sampling rate is preferred). ACTIVITY MONITORING/RECORDING: (1) Activity monitoring capabilities must be accurately and reliably recordable from active individuals performing simulated or actual physical labor in laboratory or industrial environments (e.g., lifting tasks) throughout the range of 0 to at least 64K counts per interval. Counts are recorded with a resolution equal to or less than 1 msec and accuracy of equal to or less than plus or minus 1 msec. (2) Activity monitoring sensors must be capable of being attached in such a way as to permit the monitoring and recording of activity at the wrist, ankle or whole-body. (3) The activity monitoring capability must be sensitive to movement in at least two directions. USER SELECTABLE MONITORING/RECORDING INTERVALS: (1) User-selectable monitoring/recording intervals must be provided for recording HR, temperature, and physical activity. As a minimum, intervals as short as 15 seconds required; 5 seconds, preferred may be selected. (2) The activity output is to be based on the cumulative number of activity events detected during an interval. (3) The timing and temporal relationships of the measures will be determinable via the capability to record and output time intervals or time-stamps as a part of the data file. As a minimum, this will be in the form of a series of time stamps that reflect a temporal resolution of equal to or less than 1 second (equal to or less than 0.2 seconds resolution availability as an option is preferred when HR-IBI data is being recorded) EVENT MARKING: (1) The wearer will be able to identify user-defined events. (2) The events can be downloaded as a separate, time-stamped file or as an integrated part of the file that includes one or more of the other measures. DOCUMENTATION, INSTRUCTIONS; HARDWARE AND SOFTWARE: (1) Appropriate instruction regarding the assembly and operation of all hardware and software components is required. Must include appropriate software and user documentation to support the execution of the downloading process. (2) Appropriate software and a data transfer cable, at least 4 feet (6 ft preferred) in length, must be provided to enable all heart-rate-related, temperature, and activity data; ratings; and event markings to be downloaded from the data monitor/recorder to a PC computer via the serial port as a time-referenced ASCII file. The downloading may be accomplished either directly from the monitor/recorder of from separately provided hardware (i.e., a reader interface). (3) The software must be capable of generating integrated, time-referenced ASCII files of heart-rate-related data, temperature data, activity data, and marked events'. An option to be able to selectively download any of these measures is desired, but not required. (4) The software must be capable of generating an ASCII output file that can be readily imported into Microsoft Excel. (5) As a minimum, the software must be usable via an MS-DOS-based GUI (graphical-user interface); compatibility with MS Windows 98 is preferred -- but not required. Offerors shall propose based on a delivered price, F.O.B. Destination (Morgantown, West Virginia). The Government desires delivery within 60 days after award of contract . EVALUATION FACTORS: Offers will be evaluated for technical compliance with the specifications. Information provided must demonstrate the system's ability to meet the stated Technical Criteria (specification). Additional Critical Evaluation Considerations: The capability to reliably and accurately record the physiological measures cited from humans performing vigorous physical activity over extended periods in laboratory and/or industrial settings is a critical evaluation criterion. Movement-induced artifact must be at a minimum. Accordingly, the successful vendor will (a) provide a technical description of the means and design features that have been incorporated into their product that serve to minimize movement-inducted artifact, (b) provide or identify (i.e., provide complete bibliographic references to) two or more scientific, engineering, or research papers published subsequent to 1995 wherein this requirement has been met while using the vendor's products, and (c) identify a current means of contacting one of the authors associated with at least two of the papers cited (i.e., provide a current phone number and/or e-mail address). A full warranty that the system and its components will perform to the level cited in the specifications for a period of at least 1 year subsequent to the date of delivery is required; and that equipment that fails to perform in this manner during this period may be returned to the vendor and repaired or replaced by the vendor to the purchaser within two weeks of receipt at no cost to the purchaser. Purchaser will pay for return shipping of defective or malfunctioning component(s) to the vendor; vendor will pay for shipping of repaired or replacement component(s) to the purchaser via the same mode of transportation. As a minimum, technical support must be accessible during the hours of 12:00 noon through 3:00 p.m. EST at no cost for a period of at least 1 year subsequent to the date of delivery. The Government will evaluate optional items by adding the total price for the optional quantity to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option. The Government anticipates one award to the responsive, responsible offeror whose proposal is considered most advantageous to the Government. The following FAR provisions apply and are incorporated into this solicitation by reference: 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: FAR 52.222-3 "Convict Labor (E.O. 11755)", 52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)", 52.203-6 "Restrictions on Subcontractor Sales to the Government, With Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or Improper Activity", 52.219-8 "Utilization of Small Business Concerns and Small Disadvantaged Concerns; 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"; 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.225-18 "European Community Sanctions for End Products"; and 52.232-34, Payment by Electronic Funds Transfer Other than Central Contractor Registration (31 U.S.C. 3332). OFFERS ARE DUE SEPTEMBER 1, 2000, 2:00 p.m. local prevailing time. The offer acceptance period shall be at least 60 days. SUBMIT THE FOLLOWING INFORMATION TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin (MS1019), REF: Solicitation RFQ 2000-033, 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) Schedule of Supplies/Services (vendor proposal) containing an item description with Part Numbers and Pricing for the system, a proposed delivery schedule, and published price lists (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature, tables, etc. whichdemonstrate compliance with specifications for evaluation purposes; and (5) acknowledgment of solicitation amendments, if any. Facsimile Offers are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Award of a firm fixed-price purchase order is anticipated. 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. Posted 08/09/00 (W-SN484143). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0276 20000811\66-0022.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 9, 2000 by Loren Data Corp. -- info@ld.com