SPECIAL NOTICE
66 -- Transcranial Magnetic Stimulation (TMS) Chair
- Notice Date
- 8/8/2025 9:50:03 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- HT942525CC0216
- Response Due
- 8/24/2025 11:00:00 AM
- Archive Date
- 09/08/2025
- Point of Contact
- Christopher Cook, Phone: 3016192640
- E-Mail Address
-
christopher.l.cook68.civ@health.mil
(christopher.l.cook68.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This notice announces the intent by the U.S. Army Medical Acquisition Activity (USAMRAA), Fort Detrick, Maryland, 21702, to award a sole source Firm-Fixed-Price (FFP) Contract to Magstim Inc., under the statutory authority 13.501(a). The contract is for the purchase of one Transcranial Magnetic Stimulation (TMS) chair at the Naval Medical Center San Diego (NMCSD). Market research has determined that Magstim Inc. is the sole provider capable of delivering the Transcranial Magnetic Stimulation (TMS) system that meets the Government�s specific clinical and operational requirements. The selected TMS machine is FDA-cleared for the treatment of resistant depression and incorporates proprietary technology that aligns with DHA behavioral health protocols and prior clinical use at other military treatment facilities. This system is FDA-cleared for Major Depressive Disorder and OCD, meeting DoD standards for TMS treatment delivery in military settings. Additionally, it supports secure documentation and treatment traceability, ensuring compliance with HIPAA and DoD patient care standards. Magstim is the only TMS provider offering an FDA-approved 3D neuronavigational system (StimGuide) with integrated EMG functionality, ensuring 100% accurate coil placement and superior precision. The system delivers up to 40 million pulses per device�double the capacity of most competitors, which typically offer 20 million pulses. This increased capacity translates to a lower cost of ownership over the device�s lifecycle, maximizing long-term value and reducing operational overhead. Delivery Date: 30 September 2025 The North American Industry Classification System (NAICS) for this requirement is 334516 and the size standard is 1,000. This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a). USAMRAA intends to award a contract no sooner than 15 days after publishing this synopsis. This Special Request for Information is not a request for competitive quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the expiration date listed in this notice, which reflects at least fifteen (15) days after the publication of this notice, the award will be issued as sole source. All questions and responses concerning this notice shall be emailed to Mr. Christopher L. Cook at christopher.l.cook68.civ@health.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/47b436a7ef954098b1fe271200c59a1e/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN07543196-F 20250810/250808230043 (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 |