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
|
|
|