SOURCES SOUGHT
66 -- Multimodal Transcranial Magnetic Stimulator and Cooling Coil
- Notice Date
- 4/19/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-16-328
- Archive Date
- 5/10/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-328 Multimodal Transcranial Magnetic Stimulator and Cooling Coil Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction : This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified large business and small business sources, (2) whether they small businesses are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) large and small business size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The National Institute of Neurological Disorders and Stroke (NINDS) Human Motor Control Section (HMCS) conducts clinical and research studies to advance knowledge and treatment of neuromuscular disorders. The NINDS HMCS uses Transcranial Magnetic Stimulation (TMS) as a primary research tool. 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. Repetitive transcranial magnetic stimulation (rTMS) is a well-established way to induce transitory plastic changes that can be used for research or even therapeutic purposes. Purpose and Objectives for the Procurement: The purpose of this acquisition is to provide the NINDS Human Motor Control Section with one (1) Transcranial Magnetic Stimulation device with one (1) Butterfly/Figure Eight-Shaped Cooling Coil capable of delivering single, double, repetitive, and patterned stimuli in monophasic and biphasic waveforms. Project Requirements: Equipment Specifications The NINDS HMCS requires delivery and installation of one (1) Transcranial Magnetic Stimulation device and one (1) eight-shaped coil with cooling capability. The equipment must meet the following specifications: 1.One (1) Transcranial Magnetic Stimulation (TMS) Device: A.The device must deliver single pulse stimuli as well as paired stimuli (minimum pulse interval 1ms). The paired stimuli capabilities must include both twin option (both stimuli have the same intensity) and dual option (stimuli have different intensities). B.The device must deliver up to 50 twin pulses per second and deliver trains of stimuli (up to 100 pulses per second). C.The device must deliver theta burst (repeated short, high frequency trains of stimuli) and selectable pulse waveforms (monophasic and biphasic) for all modes of stimulation (single, paired and train) D.The device must deliver selectable current direction (normal and reverse) without repositioning the cooling coil. E.The device must trigger input and output to connect to external equipment and must be compatible with Cambridge Electronics Signal software to ensure external triggering and programmable stimulus intensity. The Contractor need not provide the Cambridge Electronics Signal software. F. The device must offer a cooling coil temperature indicator which indicates actual temperature as well as a display/screen for control of software stimulation parameters G.The device must have the ability to extract information including event logs containing timing of stimuli, intensity, number of stimuli, and date and time into a text file, transferable to a USB storage device. H.The device must include a trolley to hold the stimulator, cooling unit, and accessories such as coil holder and coil. All components of the system must be able to be mounted on the trolley. 2.One (1) Cooling Coil for use with the TMS Device a.The coil must have a figure-eight (butterfly) shape with a peak magnetic field strength greater than 3 Tesla. b.The coil must cool such that at least 10000 stimuli, delivered at 1Hz (1 pulse per second) with 75% of maximum power, may be released before the coil heats to maximum at 41°C. c.The coil must include an automatic shutoff function. d.The coil must come with a flexible coil holder for positioning of magnetic coils. Warranty Requirements The contractor shall provide a one-year factory warranty for the required instrumentation. The warranty shall cover replacement parts, travel and labor costs required during the warranty period. Only new parts shall be used for repairs under the warranty period; no refurbished or aftermarket parts may be used. Repairs performed within the warranty period shall be covered through the remainder of the warranty period. Equipment Training Requirements The Contractor shall provide on-site training for up to six (6) people in use of the required equipment at the customer site within two (2) weeks of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Contractor shall provide a company certified service technician to perform the training. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: The overall period of performance for this requirement shall be ten (10) weeks. The contractor shall deliver and install the required equipment within eight (8) weeks after receipt of order and shall provide the required equipment training within two (2) weeks thereafter. Inside delivery and installation is mandatory and delivery must be FOB Destination. Place of Performance: The required equipment shall be delivered and installed at the NIH Main Campus, 10 Center Drive, Bethesda, MD 20892. Training shall also take place at this location. Capability Statement: Contractors that believe they possess the ability to provide the required equipment, warranty, and training should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, warranty, and training, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-328/listing.html)
- Place of Performance
- Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04089187-W 20160421/160419235047-383447ceb8f2708ee77e795a78dec005 (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 |