SOLICITATION NOTICE
65 -- Brainsight for TMS wComputer and EMG - Statement of Need
- Notice Date
- 8/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-CSS-15-305
- Archive Date
- 9/3/2015
- Point of Contact
- Brian Lind, Phone: 3014021635, Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lindbj@nida.nih.gov, lauren.phelps@nih.gov
(lindbj@nida.nih.gov, lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SON THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The Solicitation Number for this acquisition is HHS-NIH-NIDA-CSS 15-305 and is being issued as a Request for Proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 effective August 4, 2015. This acquisition is unrestricted. The North American Industry Classification System (NAICS) Code for this procurement is 423430 and the Small Business Size Standard is 100 employees; Other electronic and precision equipment repair and maintenance. STATEMENT OF OBJECTIVES Brainsight for Transcranial Magnetic Stimulation with computer and EMG STATEMENT OF WORK The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Human Motor Control Section (HCMS) has a need for a Neuronavigational System for image-guided Transcranial Magnetic Stimulation (TMS) to carry out research studies on normal volunteers and patients with neuromuscular disorders. This equipment is part of our effort to duplicate an existing lab for the purpose of accommodating the growing number of TMS experiments being conducted in the HMCS. The specific function of this machine is to use MRI images to guide the positioning of TMS coils on a subject's head to stimulate the correct target area during an experiment. Transcranial Magnetic Stimulation (TMS). TMS is a non-invasive method that stimulates various parts of the brain by inducing electric currents in the tissue with the use of a magnetic coil and changing magnetic fields. Magnetic coils of various sizes and shapes are used for stimulation. The magnetic coil is rather large compared to the target area for stimulation, so the position of the coil needs to be consistent and precise.   The requested equipment has to fulfill the following specifications: • place trackers/markers that can be seen by an infrared camera on TMS coils and the subject's head • Calibrate the distance for accuracy • Overlay images of these markers on MRI images previously obtained from the subject so the investigator can monitor the position and orientation of the TMS coil on the target area • Support multiple image file formats - DICOM, MINC, Analyze, PAR/REC, NIfTI and BrainVoyager TM VMR and VMP • Be able to import a matrix from MINC tools or SPM • Automatic Curvilinear Reconstruction • Automatic Skin reconstruction and 3D Surface building from the region of interest (ROI) • Use voice recognition to facilitate single user operation. • Have built-in EMG (electromyography) amplifiers for MEP (motor evoked potentials) measurement during TMS experiments. The following Provisions and Clauses apply to this RFP: FAR 52.212-1 Instruction to Offerors-/Commercial Items (FEB 2012 FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: • place trackers/markers that can be seen by an infrared camera on TMS coils and the subject's head (10 points) • Calibrate the distance for accuracy (10 points) • Overlay images of these markers on MRI images previously obtained from the subject so the investigator can monitor the position and orientation of the TMS coil on the target area (10 points) • Support multiple image file formats - DICOM, MINC, Analyze, PAR/REC, NIfTI and BrainVoyager TM VMR and VMP (10 points) • Be able to import a matrix from MINC tools or SPM(10 points) • Automatic Curvilinear Reconstruction (10 points) • Automatic Skin reconstruction and 3D Surface building from the region of interest (ROI) (10 points) • Use voice recognition to facilitate single user operation.(10 points) • Have built-in EMG (electromyography) amplifiers for MEP (motor evoked potentials) measurement during TMS experiments. (20 points) • Past Performance (not weighted but considered) Total Points 100 points Award Criteria a. The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b. The business portion of each contract offer will be evaluated for reasonableness of the Offerors firm to supply the services required. c. The selection for award will be based on the offer that proposes the best value to the Government. Potential Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2012), (End of clause) Contracting Officer's Representative The following Contracting Officer Technical Representative (COR) will represent the Government for the purpose of this contract: To be determined at the time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 ADDITIONAL PROPOSAL INSTRUCTIONS: Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov. The following instructions will establish the format and contents of Offers. Special attention is directed to the Fixed Price for technical and business offers to be submitted in accordance with these instructions. 1 Contract Type and General Clauses It is contemplated that a Firm Fixed Price Contract will be awarded. Any resultant contract shall include the clauses applicable to the selected offerors organization and type of contract awarded as required by Public Law, Executive Order, or acquisition regulations in effect at the time of execution of the proposed contract. 2 Authorized Official and Submission of Offers The offer must be signed by an official authorized to bind your organization and must stipulate that it is predicated upon all the terms and conditions of this COMBINED SOLICITATION\SYNOPSIS. Your offer shall be submitted as follows: Electronic - emailed to lindbj@nida.nih.gov Offers will be typewritten, paginated, reproduced on letter size paper and will be legible in all required copies. To expedite the offer evaluation, all documents required for responding to the Solicitation should be placed in the following order: I. COVER PAGE Include Solicitation title, number, name of organization, identification of the offer part, and indicate whether the offer is an original or a copy. II. TECHNICAL OFFER It is recommended that the technical offer consist of a cover page, a table of contents, and the information requested in the Technical Offer Instructions. III. BUSINESS OFFER It is recommended that the business offer consist of a cover page, a table of contents, and the information requested in the Business Offer Instructions. NOTE: THE TECHNICAL OFFER AND OTHER INFORMATION RELATED TO HOW THE OFFEROR(S) DIRECTLY RELATES TO THE SCOPE OF WORK IN THIS SOLICITATION AND SHALL NOT EXCEED 10 SINGLE-SIDED PAGES. Pages in excess of the limitation may neither be read or evaluated. Each page of the technical offer must be numbered sequentially. Offerors are encouraged to limit the overall size of the technical offer, inclusive of appendices Past Performance Information a) Offerors shall submit the following information as part of their BUSINESS offer. A list of the last three (3) contracts completed during the past three (3) years and ALL CONTRACTS currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Offerors may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification System (NAICS) Code The Offeror may provide information on problems encountered on the identified contracts and the offerors corrective actions. b) The Government is not required to contact all references provided by the offeror. Basic Cost/Price Information The business offer must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. This information shall include a current financial statement of the firm responding. The Offeror must submit with its proposal; either complete FAR 52.212-3, Offerors Representation and Certifications - Commercial Items (Aug 2009) or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management Applications (SAM) with their technical/business proposal submission. Questions regarding this combined synopsis/solicitation must be received in this office by August14, 2015. Offers must be received by 10:00 AM. (EST) August 19, 2015. Submit offers to: Mr. Brian J. Lind Contracting Officer lindbj@nida.nih.gov Please reference the solicitation number HHS-NIH-NIDA-CSS-15-305 on your offer. Facsimile submissions are not authorized and collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-15-305/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, 10 Center Drive, Building 10, Room 7D-37, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03825334-W 20150807/150805235615-41e5c7faff8e9cf63bed6b64fec5ddb4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |