SOURCES SOUGHT
65 -- Transcranial Magnetic Stimulation (TMS) Therapy System
- Notice Date
- 11/29/2018
- Notice Type
- Synopsis
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0158
- Response Due
- 12/5/2018
- Archive Date
- 1/4/2019
- Point of Contact
- won.chae@va.gov
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Transcranial Magnetic Simulation (TMS) Therapy System that at a minimum meets the following salient characteristics for the VA Greater Los Angeles Healthcare System (VAGLAHS): Salient Characteristics Must be capable of delivering at minimum 1hz-60hz stimulation frequency in repetitive and burst modes Must have a non-liquid treatment coil cooling system Must have a treatment-coil positioning system/arm that carries the weight of the treatment coil, which does not require the user to support the weight of the coil during coil positioning Must have a coil temperature sensor that monitors the patient side of the coil Must have a safety feature that automatically shuts down stimulation if the patient side of the coil exceeds 40.5 degrees C Must not have a per patient cost treatment model. i.e. no additional costs beyond initial purchase of system, repairs, additional warrantees, or part replacements Must have a figure-of-eight configuration treatment coil Must have option to connect to electroencephalogram (EEG), electromyography (EMG), or neuronavigation Must be able to deliver consistent pulse strengths throughout the treatment session. Brand Name Information: Horizon Performance Package (Part Number 5200-00, Quantity 2 EA) includes: Horizon Mainframe (4950-00) Horizon Power Supply Unit (4806-00) Horizon User Interface (5048-00) Horizon Ez Cooled Coil (4999-00) Horizon MT Remote Coil (4990-00) Foot Switch (9525-01) Reclining Chair (280106) 230V Mains Filter (3767-00) Ez Cart for Horizon Performance (4995-00) Ez Cart Mast Extension (5263-00) Ez Holding Arm (5162-00) Horizon Reference Gide (MOP41-EN) Guide to Motor Threshold Assessment (MOP24-EN) Horizon Operating Manual (MOP36-US) Horizon Patient Information Sheet (MOP33-US) 2 years additional warranty on stimulator components minus coils Installation and in-service *The manufacturer is Magstim. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than December 5, 2018 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0158/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA
- Zip Code: 90073
- Country: US
- Zip Code: 90073
- Record
- SN05162315-F 20181201/181129230018 (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 |