Trade Leads

INSTRUMENTS AND LABORATORY EQUIPMENT SUPPLIER NEEDED
Ballistic Load Sensing Headform System Instruments & laboratory equipment NAICS Code: 334 -- Computer and Electronic Product Manufacturing/334516 -- Analytical Laboratory Instrument Manufacturing The United States Army Medical Research Acquisition Activity (USAMRAA) has a requirement for the United States Army Aeromedical Research Laboratory (USAARL) for ballistic load sensing headform system. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27. This requirement is unrestricted. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 500 people. This code shall be listed in System for Award Management (SAM.gov) prior to award. The following are the Minimum Essential Characteristics for the requirement: 1. One (1) ballistic load sensing headform (BLSH) system is required with the following capabilities: a. Basic system specifications i. At least one (1) medium front-rear BLSH headform. The headform must meet the ISO Full size J shape and size (ISO 6220 and EN960). ii. At least one (1) medium lateral BLSH headform. The headform must meet the ISO Full size J shape and size (ISO 6220 and EN960). iii. At least one (1) Hybrid III neck with quick release. Hybrid III neck must be within CFR 49 Part 572 specifications. iv. At least one (1) neck support and one (1) base support to stabilize head in orientation/alignment of the impact location on the headform with the impacting mass. v. At least twenty-eight (28) hexagonal load pads vi. At least three (3) skin pad sets, or twelve (12) single pads Skin pads should replicate skull load distribution by simulating soft tissues Skin pads reference impact response should be based on the Hybrid III skin material (CFR 49 Part 572) Hardness should be 43 +/- 5 Shore A vii. At least one umbilical cable and junction box viii. At least one storage case to fit headforms and all accessories ix. Each headform must be capable of mounting three (3) single axis accelerometers at head center of gravity (CG). x. Each headform must be capable of installing a Hybrid III upper neck load cell between the head and Hybrid III neck. xi. At least one (1) load cell cluster structural replacement is required. This is a blank structure to replace an actual load cell cluster. The replacement (blank) must be the same size and shape as an actual load cell cluster to maintain the same overall headform mass and center of gravity. b. At least five (5) load cell clusters are required to fully populate each headform and provide a spare cluster. Each cluster must include: i. At least seven (7) load cells per cluster ii. Each load cell requires at least one (1) cable iii. Each load cell requires the following minimum characteristics: Must be piezoelectric Must have a range of at least 5,000 lbs Must be no larger than 16 x 16 x 12.7 mm c. At least one (1) crown BLSH headform is required. The headform must meet the ISO Full size J shape and size (ISO 6220 and EN960). The crown BLSH must have the following accessories: i. At least one (1) upper quick connect ii. At least one (1) mounting plate iii. At least seven (7) hexagonal loading pads iv. At least one (1) storage case v. At least one (1) crown skin pad set (4 single pads) Skin pads should replicate skull load distribution by simulating soft tissues Skin pads reference impact response should be based on the Hybrid III skin material (CFR 49 Part 572) Hardness should be 43 +/- 5 Shore A 2. The ballistic load sensing headform system must have the following accessories available for future purchase: a. A rack mountable Data Acquisition System that includes: i. Charge amplifiers compatible with the above load cells that provide signal conditioning to at least 14 load cells meeting the specification mentioned above. ii. Supplies power to the entire system iii. Connects at least 14 load cell channels, 3 accelerometer channels, and 6 upper neck load cell channels iv. Capable of at least 2 trigger channels b. Software capable of: i. Capturing raw data for each channel ii. Displaying raw data in graph for each channel iii. Post data collection signal processing and filtering iv. Identifying peak value for each channel v. Calculating total force, duration, average force, and impulse for the load cell cluster vi. Providing offset of impacting mass from center of load cell cluster vii. Save data, print current graph, print report functions viii. Track skin pad use and indicate time for replacement c. Training on the use of the BLSH system described above (line item 1) at the requestor's location. 3. Price includes delivery to USAARL, Building 6901, Fort Rucker AL All responsible sources may submit a quote, which shall be considered by the agency. The competitive solicitation, solicitation amendments and all questions and answers relating to this procurement shall be made available via the Internet at https://acquisition.army.mil/asfi/ or https://www.fedbizopps.gov. The solicitation is anticipated for release to the vendor community on or about August 5, 2014, and will only be available until August 14, 2014. Specifications of the requirement are provided in solicitation: W81XWH-14-T-0404. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. To be eligible for an award, offerors SHALL be registered in the System for Award Management (SAM.gov) and have completed its representations and certification completed via SAM. Contractors may obtain information on registration and annual confirmation requirements via www.SAM.gov. All questions should be addressed in writing to Jennifer Hayden, Contract Specialist at jennifer.e.hayden.civ@mail.mil. Only one set of questions shall be received from each offeror. Numerous emails from one offeror shall not be accepted. No questions will be accepted after August 11, 2014 at 12:00 p.m. ET. Bidder lists will not be maintained. All interested parties shall provide their quote to Jennifer Hayden at jennifer.e.hayden.civ@mail.mil by 12:00 p.m. ET on August 14, 2014 in order to be considered for this solicitation. Please consult the list of document viewers if you cannot open a file. Solicitation 1 Type: Solicitation Posted Date: August 5, 2014 https://acquisition.army.mil/asfi/solicitation_view.... Description: See Solicitation Contracting Office Address: US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014 Place of Performance: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US Point of Contact(s): Jennifer Hayden, 301-619-1363 US Army Medical Research Acquisition Activity