SOLICITATION NOTICE
66 -- Transcranial Magnetic Stimulation (TMS) Devices
- Notice Date
- 8/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- 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-SSSA-CSS-15-509
- Archive Date
- 9/10/2015
- Point of Contact
- Jennifer Burns, Phone: 3014024592
- E-Mail Address
-
jennifer.burns2@nih.gov
(jennifer.burns2@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-509 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 339112 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is a Total Small Business Set Aside. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The National Institute of Mental Health requires three (3) transcranial magnetic stimulation (TMS) devices which measure and modulate plasticity in the human brain, noninvasively and with precise spatial and temporal resolution, as they provide the means (specifically, the neural stimulation) to induce plasticity changes. Two (2) TMS devices are required to enable multi-site brain stimulation (each device can only stimulate a single site), which is part of a novel approach to modulate interhemispheric activity, and one (1) device must be an MRI-compatible device to be used during MRI scanning. The TMS devices must be capable of a broad range of stimulation across a number of parameters (intensity, frequency, and waveform) that permits the most flexible usage of the machine, which is essential in a lab developing new technologies and therapies. Project Requirements The Contractor must be able to provide brand name or equal TMS devices that meet the following technical specifications: MagPro X100 (Quantity: 2) •Technical Specifications o3 waveforms: Biphasic, Biphasic Burst and Monophasic. oSelectable current direction. oStimulation rates up to 100 pulses per second. oEasily connects to external equipment via programmable input/output triggers. oSystem operation control via a built-in computer, eliminating the need for an external computer to set up and control the timing of stimulus sequences. oControllable from an external device. oFlexible protocol storage in built-in computer. oEffective burst function. oDual pulses with up to 20 pulse pairs per second repetition rate oAdvanced power pulse feature adding 40% additional stimulation power oBiphasic, Monophasic and Half sine •The MagOption for the MagPro X100 provides additional: oHalf sine waveform oTwin and dual pulses up to 20 pps (both mono- and biphasic) oPower mode with 40 % increased amplitude and pulse width Coil Cooler •Weight: 10 kg •Dimensions (H*W*D): 200 x 300 x 300 m •Mains Voltage: 0-240V~, 50/60 Hz •Power consumptions: Maximum: 40VA •Fuses F1, F2: T1.6A/250V~, IEC 60127-2/3 C-B60 Butterfly Coil with integrated power control •Two windings placed side-by-side which enables the coil to stimulate structures with focus right under its center •Coil Winding Diameter: 2 x 75 mm •Number of Pulses Before Warm-Up: 350 Cool Coil B65 A/P •Weight of transducer head: 1.7 kg •Dimensions of transducer head: 174 x 94 x 41 mm •Cable length: 1.3 m •Coil Winding: Data •Inner diameter: 35 mm •Outer diameter: 75 mm •Winding height: 12 mm •Number of windings: 2x (2 x 5) Coil Cooler for Cool Coils Cool-B65 dynamic cooled butterfly coil Super Flex Arm for Coil Positioning (long) Trolley for MagPro X/R Accessories for Trolley (rTMS research) Isolation Transformer rTMS System, 120V MEP Monitor Option (1 channel EMG amplifier incl. cable and pack of electrodes) Onsite installation and training MagPro R30 Magnetic Stimulator 230V (Quantity: 1) •Technical Specifications oBiphasic waveform. oStimulation rates up to 30 pulses per second. o60 pps option available. oSystem operation control via a built-in computer, eliminating the need for an external computer to set up and control the timing of stimulus sequences. oFlexible protocol storage. oUser friendly software. oQuick protocol set-up and storage. oEasily connected to external equipment (like EMG system) via the In/Out triggers. oReporting functionality. Coil MRi-B91 •Type: Butterfly, MRI •Coil Winding Diameter: 2 x ø79/ø92 mm •Number of Pulses Before Warm-Up: 500 Power Line filter for MRI Remote Control for MRI Emergency Stop for MRI External Control Software Package for MagPro X/R Trolley for MagPro X/R Isolation Transformer rTMS System, 120V Coil Holder for MRi-B91 Coil One Day Technical MRI System Installation Consultation/ Supervision Onsite installation and training Anticipated Delivery Date The delivery of the three TMS devices shall be delivered within four to five weeks after receipt of the purchase order. The delivery location shall be: Building 10, Room 4A07 Bethesda, MD 20892 Contract Type The Government expects to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 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 apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1.Factor 1: Technical Approach (75%) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. 2.Factor 2: Delivery (10%) The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. 3. Factor 3: Past Performance (15%) Offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The Offeror shall identify three (3) contracts/task orders with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last five (5) years. Relevant is defined as work similar in complexity and magnitude of the work described in this Statement of Work. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. 4.Price Technical factors are more important than cost or price. Selection of the contractor to perform this work will be based on the Government's assessment of the best overall value. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include equipment descriptions and specifications per the requirements listed above as well as associated pricing. The quotation must also indicate the trade-in value of the equipment to be traded-in. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-509. Responses shall be submitted electronically to Jennifer Burns, Contract Specialist, at jennifer.burns2@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-509/listing.html)
- Place of Performance
- Address: Building 10, Room 4A07, 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03846749-W 20150821/150820000529-36a52740bb1cac2d8ad7a5340c119d28 (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 |