SOLICITATION NOTICE
66 -- Transcranial Electrical Stimulator and Modeling Software for the Human Physiology Cortical Section (HCPS) - Purchase Description & FAR Provisions
- Notice Date
- 9/7/2018
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NINDS-CSS-18-4968051
- Archive Date
- 9/29/2018
- Point of Contact
- Danny Cohn, Phone: 3014027111
- E-Mail Address
-
danny.cohn@nih.gov
(danny.cohn@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Contract Terms and Conditions FAR 52.212-4 Contract Terms and Conditions FAR 52.212-1 Instructions to Offerors (Commercial) Purchase Description COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Transcranial Electrical Stimulator and Modeling Software for the Human Physiology Cortical Section (HCPS) 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. The solicitation number is HHS-NIH-NINDS-CSS-18-4968051 and the solicitation is issued as an 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated 06-15-2018. The associated NAICS code 334516, "Analytical Laboratory Instrument Manufacturing" and the small busisess size standard 1000 employees. This requirement is full and open with no set-aside restrictions. Contract Type: A firm-fixed price type contract is contemplated for this requirement. Background Information and Objective: The mission of National Institute of Neurological Disorders and Stroke (NINDS), a part of the National Institutes of Health (NIH), is to "seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease". The research objective of the Human Cortical Physiology and Neurorehabilitation Section (HCPS), is to understand the mechanisms underlying plastic changes in the human central nervous system (CNS) and to develop novel therapeutic approaches for recovery of function based on these advances in patients suffering from brain injury or disease, particularly following stroke or traumatic brain injury. Non-invasive brain stimulation has been shown to have potential use as novel and effective neurorehabilitation therapies. One of the limitations of our current transcranial electrical stimulation devices is their poor spatial targeting capability for delivering stimulation to focal regions of the brain. Statement of Need and Purpose: The purpose of this acquisition is to procure a new transcranial electrical stimulator for the Human Physiology Cortical Section(HCPS).This platform will enable the section to develop more effective, and patient-specific non-invasive brain stimulation therapeutic protocols. Recent technological advances have resulted in a new generation stimulator devices capable of delivering high definition (i.e. - more spatially focal than standard devices) tDCS (transcranial direct current stimulation) or tACS (transcranial alternating current stimulation). Presently, the HCPS does not have a high definition tDCS or tACS device. This new 9-channel high definition stimulator device and accompanying modelling software provides a new unique ability to address the major research limitations of our present 2-channel device: A) poor spatial targeting resolution; B) broad inter-individual variability of neuromodulatory effects that impact reproducibility. Specifically, it will enable us to: 1) quantitatively determine ideal electrode montages for targeting specific brain areas of interest in our research studies (e.g. - primary motor cortex or ventral premotor cortex); 2) deliver electrical stimulation to target brain areas with greater spatial precision; 3) use modeling of current density distributions in the brains of individual participants to estimate effective dosing; 4) determine if studies using effective dosing result in greater neuromodulatory effects following transcranial electrical stimulation; and 5) substantially improve reproducibility of tDCS and tACS effects. Salient Characteristics The contractor shall be able to provide the following brand name (Soterix Medical, Inc) or equal transcranial electrical stimulator that meet the following technical specifications: One (1) high definition transcranial electrical stimulator (HD-TES) system MUST meet the following minimum specifications and functionalities: 1. A minimum of eight (8) independently controlled stimulation channels. 2. Modular system design allowing for expansion to a minimum of 64 total channels at a future date. 3. Stimulator must be capable of delivering different stimulation types and waveforms including (but not limited to): direct current (tDCS), alternating current (tACS), pulse current (tPCS), random noise (tRNS), and oscillating direct current (tODCS). 4. System must be compatible with 32- or 64-channel EEG systems. 5. System must be switchable (on/off) via external input triggers. 6. System must be supplied with software that can model optimal electrode arrays for simultaneous targeting of at least two (2) brain regions of interest utilizing individual T1-weighted MRI scans. Please see the attached Purchase Description for more details. Other Applicable Provisions and Instructions: The provision at FAR clause 52.211-6, Brand Name or Equal (Aug 1999), applies to this acquisition. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is attached. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a fixed price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the requirements outlined in the Salient Characteristics of the attached Purchase Description including quantity, delivery and warranty requirements. (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. 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. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is attached. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. 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. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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." There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. All responses must be received by 11 A.M. EST on September 14, 2018 and reference number HHS-NIH-NINDS-CSS-18-4968051. Responses may be submitted electronically to danny.cohn@nih.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NINDS-CSS-18-4968051/listing.html)
- Place of Performance
- Address: NIH, 10 Center Drive, Building 10, Room 7D51A, MSC 1428, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05079367-W 20180909/180907231553-31a190776af119f06ac9515e0dd86ed5 (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 |