SOLICITATION NOTICE
65 -- transcranial Magnetic Simulation (TMS) Device - Terms and Conditions
- Notice Date
- 8/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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-RFQ-2016-596
- Archive Date
- 9/27/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment Number One - 52.212-5 (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-596 and the solicitation is issued as a Request for Quote (RFQ). 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 07/14/2016. (iv)The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is set aside 100% for small businesses. (v)The LBN-NIA·IRP requires a transcranial magnetic stimulation (TMS) device to determine whether repetitive transcranial magnetic stimulation (rTMS) can reverse age-related memory impairment, normalize resting state functional connectivity, and rescue post-mortem markers of inhibitory neuron populations in our established rat model. rTMS is a non-invasive intervention with a favorable risk profile currently under investigation for a wide range of human clinical conditions. The precise mechanism of action remains unclear however, and the acquisition of a TMS device will allow LBN investigators to conduct preclinical studies examining putative mechanisms. (vi)Rat TMS stimulation coil must meet the following requirements: 1.It must be equipped with a strong power supply and a transcranial magnetic stimulation (TMS) coil that is cooled and specific for stimulating the rat brain. 2.The TMS coil should be able stimulate deep rat brain structures, such as rat striatum and medial prefrontal cortex, while having good spatial focus. 3.The power supply and related hardware and software must be able to provide repetitive TMS stimuli that, at a minimum, meets the following requirements: a stimulation intensity that represents 120% of the average rat resting motor threshold, must be able to handle stimuli at least 100 pulses per train, delivered at 20 Hz or above, with inter-train interval of 30 second or less, total number of pulses should be 2000 or more. 4.The equipment must have an integrated unit that is able to record, display and store motor evoked potentials. 5.Delivery must include installation and onsite user training. 6.Extensive history of published research allowing easy comparison with and replication of prior results. Specifically, the LBN-NIA-IRP, requires a single (1) Magstim Super Rapid2 Stimulator Package or its equal. For reference, the Magstim Super Rapid2 Stimulator Package that meets the needs of this requirement includes the following Part Numbers (1each): 30005-00, JALTRON, Opt spc. (vii)The equipment is to be delivered within 90 days of receipt of the award and installation and training is to take place within 14 days of delivery of the equipment to NIH. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)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. An award will be made to the lowest price technically acceptable (LPTA) offeror. Offerors proposals or quotes will be evaluated for their ability to meet or exceed the salient characteristics stated in this solicitation. Offerors whose proposals meet or exceed these specifications will be considered technically acceptable. Offerors proposals or quotes that do not include a single (1) Magstim Super Rapid2 Stimulator Package or its equal. For reference, the Magstim Super Rapid2 Stimulator Package that meets the needs of this requirement includes the following Part Numbers (1each): 30005-00, JALTRON, Opt spc. Will not be considered for award. Technical and past performance, when combined, are approximately equal to cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please refer to attachment number 1 for applicable provisions and clauses under the referenced FAR clause 52.212-5. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. The proposed equipment must be the "brand name or equal" so that obtained results can be used to continue the ongoing studies currently under way at the National Institute on Aging (NIA). (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), 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." All responses must be received by September 12, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2016-596. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind at 301-827-5298.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-2016-596/listing.html)
- Place of Performance
- Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN04232236-W 20160821/160819234722-deb84807d62b678f9c75a66d0c838bc8 (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 |