|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1997 PSA#1991National Cancer Institute, Research Contracts Branch, PSCS, 6120
Executive Blvd, Eps/room 638, Bethesda, MD 20892-7227 66 -- REPETITIVE TRANSCRANIAL MAGNETIC STIMULATOR SOL RFQ80045 DUE
122997 POC Marsha Gorham, Purchasing Agent (301)402-4509 or Patricia
Haun, CO This is a combined sole source synopsis/solicitation for
Commercial Items (CI) prepared in accordance with the format in the
Federal Acquisition Regulation (FAR 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation and a written solicitation will not
be issued. This solicitation document and incorporated provisions and
clauses are those in effect through FAR Circular 90-46. This notice of
intent is not a request for competitive proposal. Interested offerors
may identify their interest and capability to meet the Government
requirement by submitting a capability statement which must contain
sufficient information and detail to determine if the type of products
proposed meets the Government's needs. All capability statements must
be received within 20 days after the date of publication, close of
business (5:00PM) EST. The National Institute of Neurological Disorders
and Strokes, (NINDS) proposes to issue RFQ80045 to Jali Medical Inc,85
Wells Avenue, Newton, MA 02159 for a Repetitive Transcranial Magnetic
Stimulator, computerized & software controllable, including components
with associated accessories. The following salient characteristics and
features shall be met. The Repetitive Transcranial Magnetic Stimulator
shall include: A. The ability to transmit magnetic energy through the
scalp and skull in order to activate localized regions of the brain for
patient care studies. B. Repetitive magnetic stimulation at rates from
1 to 25 hertz at maximum power and up to 50 hertz at half power or
better. C. Lowest emission of electrical artifacts possible both in
amplitude and duration. D. Modular design to incorporates features such
as the ability to function after the removal of an item, such as an
independently serviceable power module, thus maximizing the "uptime" of
the Stimulator. Also four (or more) power modules shall be included. E.
"Notebook" computer and operating software provides programmable
control of the intensity as well as the frequency & duration of the
pulse trains. F. Files of stimulation characteristics stored to a
computer disk for easy retrieval. G. Two 70 millimeter (mm) stimulating
coils, (ie, double 70 mm coils), & H. Cabinet housing systems. All are
needed for the purposes of compatibility, these requirements need to
be awarded in the aggregate. Warranty shall be for a period of one
year, parts & labor. Delivery shall be FOB Destination, inside delivery
within 90 days after receipt of order. This solicitation incorporates
the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL
ITEMS and at FAR 52.212-3, OFFEROR REPRESENTATIONS &
CERTIFICATIONS-COMMERCIAL ITEMS. The latter provision includes the DUNS
NUMBER ADDENDUM. The resulting contract will incorporate the
requirements of the clause at FAR 52.212-4, CONTRACT TERMS & CONDITIONS
-- COMMERCIAL ITEMS, & the requirements contained in paragraphs (a) &
(d) of the clause at FAR 52.212-5, CONTRACT TERMS & CONDITIONS REQUIRED
TO IMPLEMENT STATUES OR EXECUTIVE ORDERS COMMERCIAL ITEMS-DEVIATION FOR
SIMPLIFIED ACQUISITIONS.The contract will also incorporate certain
clauses cited in paragraphs (b)&(c) of the clause at FAR 52.212-5. All
capability statements submitted must include a completed copy of FAR
52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS -- COMMERCIAL ITEMS,
with their offer. Offerors must submit a completed copy of FAR
52.212-3, OFFEROR REPRESENTATIONS & CERTIFICATIONS -- COMMERCIAL ITEMS,
with their offer. These representations & certifications must be sign
by an authorized representative of the offeror. Full text copies of
these representations & certifications or other cited provision &
clauses may be obtained from Marsha Gorham, Purchasing Agent on
(301)402-4509 or by fax on (301)402-4513. Please cite the solicitation
number on your proposal. See Note 22 (0343) Loren Data Corp. http://www.ld.com (SYN# 0254 19971212\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|