Brainsight Neuronavigation System

expired opportunity(Expired)
From: Federal Government(Federal)
NIMH20004362-RFQ

Basic Details

started - 13 Jul, 2020 (about 3 years ago)

Start Date

13 Jul, 2020 (about 3 years ago)
due - 24 Jul, 2020 (about 3 years ago)

Due Date

24 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
NIMH20004362-RFQ

Identifier

NIMH20004362-RFQ
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26877)NATIONAL INSTITUTES OF HEALTH (10872)NATIONAL INSTITUTES OF HEALTH NIDA (3125)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Brainsight Neuronavigation SystemThis 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 NIMH20004362-RFQ and the solicitation is issued as a request for quotation (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 2019-01, dated December 2018.The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing. This requirement is full and open competition Purpose and Objectives: The Brainsight Neuronavigation System is needed to support the Study entitled, “Role of GABAergic transmission in auditory processing in Autism Spectrum Disorder” in order to precisely target the TMS to the MRI-defined individualized region of the brain as defined by the protocol. The Brainsight sytem is compatible with the MagVenture TMS Device that is also being requested for use in the same study. The system includes all software, hardware, as well as a subject chair with coil support arms.Background: The 2020 NIMH Strategic Plan for Research’s top goal is to “define brain mechanisms underlying complex behaviors”. The goal of the study entitled, “Role of GABAergic transmission in auditory processing in Autism Spectrum Disorder” is to define the brain mechanism underlying a core behavioral deficit of Autism Spectrum Disorder (ASD), language processing through an experimental therapeutics approach. As there is significant inter-individual variability in the optimal region to modulate language processing in ASD, the Brainsight System described will allow for individualized targeting. The individual’s functional and structural brain MRI will be uploaded into the system and be used to target the transcranial magnetic stimulation to a precise, individualized brain region. Rogue Research, Inc is the sole source of this device (see attached sole source letter).Project requirements: The Contractor shall provide (1) Brainsight for TMS with computer and EMG system following specifications:Items supplied:Brainsight Neuronavigation Software for TMS w. 5 years of updatesNorthern Digital Polaris Vicra, Pwr supply & cablesCamera Stand for VicraComplete Tracker Kit (pointer, coil tracker, subject tracker, calibration tool, subject head tracker elastic band, subject tracker glasses, 1 coil tracker fixation adapter, 1 coil calibration jig, 3 extra reflective spheres)Apple iMac Computer (16.0GB RAM, Intel Quad Core processor, 27" Display)I/O box w. 2 TTL trigger inputs one switch compatible input & 2 channel MEP amplifiersSubject ChairRotating & height adjustableFully upright or reclinedIntegrated leg supportsRetractable arm rests2 Adjustable accessory arcs2 Articulated coil armsLeft-right reversible chin and forehead rest  Other Salient characteristics             Incorporation of the most state- of- the- art current modelling software to estimate magnetic and electrical current strength and trajectories.                       Automatic curvilinear reconstruction, skin reconstruction, multiple overlays, and easy interface with TMS equipment;            A computer is provided with the added capability of acquiring 2 channels of EMG data from built-in EMG amplifiers for precise motor threshold determination.                        Portability. This device fits on a wheeled cart suitable for easy and safe transport from the storage space to the exam room where it will be used.The Brainsight System includes a comfortable, adjustable, rotating procedure chair, with integrated leg supports, retractable arm rests, and articulated arms to hold the TMS coil.Anticipated Date of Delivery: 90 days after receipt of order.The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.(a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations.Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable.Options. N/A(c) 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.FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. 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. There are no additional contract requirement(s) or terms and conditions 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 theinterested 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.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 offerorsmust have an active registration in the System for Award Management (SAM) www.sam.gov.”All responses must be received by 07/24/2020 by 12PMEST and reference number NIMH20004362-RFQ. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.govFax responses will not be accepted.The name and telephone number of the individual to contact for information regarding the solicitation.Thien Nguyen Thien.Nguyen2@nih.gov301-827-0914

Bethesda ,
 MD  20814  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Bethesda

You may also like

RAMPIT ALUMINUM RAMP SYSTEM

Due: 18 May, 2024 (in 23 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

AESCULAP STERILE CONTAINER SYSTEM

Due: 01 May, 2024 (in 6 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

MIPACS DENTAL PICTURE ARCHIVAL AND COMMUNICATION SYSTEM

Due: 31 Jan, 2026 (in 21 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies