MODIFICATION
66 -- Transcranial Magnetic Stimulation System
- Notice Date
- 9/1/2022 5:33:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00198
- Response Due
- 9/6/2022 8:00:00 AM
- Archive Date
- 09/21/2022
- Point of Contact
- Shaun Rostad, Phone: 3014436677, Joshua T. Lazarus, Phone: 3014436677
- E-Mail Address
-
shaun.rostad@nih.gov, Josh.Lazarus@nih.gov
(shaun.rostad@nih.gov, Josh.Lazarus@nih.gov)
- Description
- SOLICITATION No. 75N95022Q00198 TITLE: Transcranial Magnetic Stimulation System (brand name�or equal) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in�this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 75N95022Q00198 and is issued as a Request for Quotation (RFQ). The solicitation�document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular�(FAC) 2022-07, dated August 10, 2022. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to�exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this�requirement. The associated North American Industry Classification System (NAICS) code is 334516 � Analytical Laboratory�Instrument manufacturing with associated small business size standard of 1,000 employees. STATEMENT OF NEED AND PURPOSE: This Transcranial Magnetic Stimulation (TMS) system will equip the new�Learning and Decision Making (LDM) Unit of the Cellular and Neurocomputational Systems Branch with the�means to conduct non-invasive brain stimulation experiments. The system is equipped with a�Neuronavigation system by Localite that allows MRI-guided stereotactic positioning of the TMS coil to�precisely target pre-selected stimulation coordinates. The Cool B-65 A/P stimulation coil has a placebo function that will be used to blind research participants with regards to whether they receive active or�placebo stimulation.� BACKGROUND INFORMATION: The goal of the Cellular and Neurocomputational Systems Branch (CNS), a�Branch within the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP), is to better�understand the neural and systems basis of behavior and translating that understanding to address human�addiction and other neuropsychiatric disorders. The Learning and Decision Making (LDM) Unit within the CNS�Branch focuses on understanding the brain circuits and computations that support reward-based learning�and decision-making in humans. This Unit aims to facilitate the bidirectional translation between research in�laboratory animals and humans. Ultimately, the LDM Unit aims to build a more comprehensive�understanding of the basic brain processes underlying appetitive behaviors and their disruption in addiction�and other neuropsychiatric disorders. Research in the LDM Unit will investigate the human brain using a combination of non-invasive neural recording and stimulation techniques, as well as computational analysis tools. Brain activity and connectivity�will be measured using functional magnetic resonance imaging (fMRI). To test the causal contribution of�brain networks to neural computations and behavior, the LDM Unit will use Transcranial Magnetic�Stimulation (TMS), which is a non-invasive method to stimulate the brain. The technique is based on the�principle of electromagnetic induction. A stimulation coil is placed over the scalp above a specific location in�the brain. The coil generates brief magnetic pulses, which passes through the skull and stimulates nerve cells. PROJECT REQUIREMENT: NIDA IRP requires the following brand name or equal TMS Research System: ? Qty.: 1 - Part #: 9016E0711 � MagPro� X100 Magnetic Stimulator, 230V ? Qty.: 1 - Part #: 9016D0031 � Isolation Transformer rTMS System ? Qty.: 1 - Part #: 9016E0482 � Coil C-B60 - flat figure of eight coil with built in power control ? Qty.: 1 - Part #: 9016E0501 � Coil Cool-B65 A/P (Combined Active & Sham Figure of Eight Coil, w 180� btwn lobes) ? Qty.: 1 - Part #: 9016B0151 � Coil Cooler for Cool Coils ? Qty.: 1 - Part #: 9016B0712 � XH Trolley for MagPro (including coil holder accessories Part #:�9016B0321) ? Qty.: 1 - Part #: 9016C0711 � MEP Monitor Option - (1 channel Add-on EMG amplifier to MagPro with cable and pack of electrodes) ? Qty.: 1 - Part #: 9016B0081 � Motorized Procedure Chair with neck rest and cloth cover ? Qty.: 1 - Part #: 9016B0181 � Super Flex Arm for Coil Positioning (short) ? Qty.: 1 - Part #: 9016B0253 � Head Stabilizer System (Airtight Pillow - 70cm and Evacuation Pump) ? Qty.: 1 - Part #: 9016B0601 � Textile Caps - XSmall, Small, Medium, Large, Extra Large-10 pcs.each startup bundle ? Qty.: 1 - Part #: 7611C1710 � Localite TMS Navigator for Research - Premium (Vega ST Camera) Edition�Includes, NDI Polaris Vega (large format) Infrared Tracking camera, Camera stand, Instruments: Registration Pointer, Calibration Plate, Adhesive Head Reference, 2 Coil Geometry Trackers with MagVenture coil ring brackets to fit the incl. coil handles Localite TMS Navigator software with remote control for MagPro stimulator, High perf. PC with 24"" monitor, Three function footswitch, trigger box, and all functional data overlay capabilities (MR- based, MR-Less, MEP+Brainmapping, fMRI, EEG) In addition to the delivery of the brand name or equal system components identified above, the Contractor shall�provide the following: ? Training - One day of on-site technical training shall be provided by the Contractor. ? Installation � Contractor shall provide installation of equipment within thirty days of equipment�delivery. ? Warranty � Standard 12-month warranty shall be provided to cover parts, labor and support for the�system. Salient Characteristics The Contractor shall provide a TMS Research System with the following brand name or equal salient characteristics: MagPro X100 The MagPro X100 is an advanced, high performance magnetic stimulator designed primarily for research purposes.�It is a high-quality tool for researchers with a large choice of stimulating parameters and has stimulation rates up to�100 pps at high intensities and the possibility to combine waveforms and pulse modes. Features ? 3 waveforms: Biphasic, Biphasic Burst and Monophasic. ? Selectable current direction. ? Stimulation rates up to 100 pulses per second. ? Easily connects to external equipment via programmable input/output triggers. ? System operation control via a built-in computer, eliminating the need for an external computer�to set up and control the timing of stimulus sequences. ? Controllable from an external device. ? Flexible protocol storage in built-in computer. ? Effective burst function. The MagOption for MagPro X100 enhanced stimulation capabilities such as: ? Dual pulses with up to 20 pulse pairs per second repetition rate ? Advanced power pulse feature adding 40% additional stimulation power ? Biphasic, Monophasic and Half sine 1) System requirements/recommendations: ? To get maximal performance of the coil, the MagPro stimulator should run software edition�7.1.0 or newer ? To get maximal performance of the coil the hardware of the MagPro stimulator should be from�2012 or updated after 2012 ? Must have Locatile TMS Navigator for Reseasrch which allows for MRI-guided steterotactic�positioning of the TMS coil to target pre-selected coordinates. 2) Mechanical Properties ? Weight of transducer head: 3kg/6.6lbs ? Cable length 2m ? Dimensions of transducer head 172 x 92 x 80 mm/ 6.8 x 3.6 x 3.1 in 3) Coil Winding Data ? Inner diameter 35mm/1.4in. ? Outer diameter 75mm/3.0 in. ? Winding height 12mm/0.5in ? Number of windings 2 x (2x5) 4) Magnetic and Electrical Properties ? Max initial 36 dB/dt 24 kT/s. ? Active pulse width with Filter box 290?s - Provides 1 day of on site technical training to lab members. DELIVERY/INSTALLATION: Equipment shall be delivered within 12 weeks after receipt of order to the following address: 251 Bayview Blvd, Suite 200 RM B1A524, Baltimore, MD 21224. The points of contact for delivery are Dr. Thorsten Kahnt and Quindell Jones (Receiving Manager). APPLICABLE PROVISIONS AND CLAUSES: The provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) is applicable to this solicitation. Offerors MUST include a completed copy of this provision with their offer, OR provide a copy of the valid certifications from the System�of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover�sheet. See attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) is applicable to�this solicitation. The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. 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. Selection of an offeror for contract award will be based on an evaluation of proposals against five factors. The�factors are: Technical, Contract Management and Customer Support, and Delivery, Installation and Set-up,�Past Performance, and Price. Although technical factors are of paramount consideration in the award of the�contract, price and past performance are also important to the overall contract award decision. All evaluation�factors other than price, when combined, are significantly more important than price. The Government�intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the SOLICITATION. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The evaluation factors are used when reviewing the proposals. 1. Technical Capability and Functionality NIDA shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description. 2. Contract Management and Customer Support NIDA shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of�initial responsiveness and resolution of device and service problems. 3. Speed of Delivery, Installation and Set-up NIDA shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality�of the proposed approach and work plan for accomplishing the requirements of the statement of work. 4. Past Performance Offerors will be evaluated 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. Furthermore, 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 the 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 all available and relevant information. PRICE EVALUATION Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a�price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be�determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror�determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in�this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (JUN�2020), applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid�certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be�indicated on the Offeror�s cover sheet. Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to�this acquisition. The additional contract terms and conditions are as follows: 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance. (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.242-15 Stop-Work Order (AUG 1989) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020), applies to this acquisition. See attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide�capabilities of providing the product or service. Responses to this solicitation must include clear and convincing�evidence of the Offeror�s capability of fulfilling the requirement as it relates to the Government requirements�stated in this solicitation. Cost and price information in the Offeror�s proposal must contain sufficient�information to allow the Government to perform an analysis of the reasonableness of the Offeror to supply the�required goods/services. Any other information or factors that may be considered in the award decision may�include such factors as: past performance; special features required for effective service coverage; train-in�considerations; warranty considerations; maintenance and service coverage availability; serial, product or�catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. In addition, the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification�of business size must be included in the response. All Offerors must have an active registration in the System�for Award Management (SAM) www.sam.gov. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov on or before 11:00 AM EST, September 2, 2022. Fax responses will NOT be accepted. DATE QUOTATIONS DUE: All responses must be received on September 6, 2022 by 11:00 AM EST and must�be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract�Specialist, Shaun Rostad, at shaun.rostad@nih.gov, citing the RFQ number and the name of firm in the subject�line. Late responses may not be accepted. Attachments: ? Attachment 1 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) ? Attachment 2 � FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) ? Attachment 3 - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2020) ? Attachment 4 - Invoice and Payment Instructions ? Attachment 5 � Purchase Description �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/71209e729084487e959a2724036b684d/view)
- Record
- SN06449751-F 20220903/220901230118 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |