The RFP Database
New business relationships start here

Transcranial Magnetic Stimulation-functional Magnetic Resonance Imaging (TMS-fMRI) and Magnetic Seizure Therapy (MST) System


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE


1. Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-2017-447


2. Title: Transcranial Magnetic Stimulation-functional Magnetic Resonance Imaging (TMS-fMRI) and Magnetic Seizure Therapy (MST) System

3. NAICS Code: 339112 - SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING



Contracting Office Address:
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, MD 20892.


Introduction:
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.


The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.


This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.



North American Industry Classification System (NAICS) CODE:
The NAICS code applicable to this requirement is 339112 - SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING - and the associated business size standard of 1,000 employees.


Background Information:
The National Institute of Mental Health (NIMH) is the lead federal agency for research on mental disorders. NIMH is one of the 27 Institutes and Centers that make up the National Institutes of Health (NIH), the nation's medical research agency. NIH is part of the U.S. Department of Health and Human Services (HHS).


The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure.


For the Institute to continue fulfilling this vital public health mission, it must foster innovative thinking and ensure that a full array of novel scientific perspectives are used to further discovery in the evolving science of brain, behavior, and experience. In this way, breakthroughs in science can become breakthroughs for all people with mental illnesses.


To assist in ongoing research, The Experimental Therapeutics & Pathophysiology Branch (ETPB) requires Magnetic Seizure Therapy fMRI compatible TMS equipment, which will be used to conduct interleaved TMS/fMRI experiments. MagVenture Magnetic Seizure Therapy equipment will be used to conduct therapeutic seizure research. MagVenture equipment is needed because it is the only device able to provide 7-channel resolution and the only device available that is able to deliver therapeutic seizures magnetically as opposed to electroconvulsive therapy (ECT) which can cause numerous side effects.


Purpose and Objectives for the Acquisition:
The Experimental Therapeutics & Pathophysiology Branch (ETPB) conducts clinical research studies on mood disorders including major depressive disorder and bipolar disorder with the goal of creating better ways to prevent, diagnose, and treat mental illness. This equipment purchase would allow the Non-invasive Neuromodulation Unit (NNU) within the ETPB, and its collaborators, the ability to induce and control therapeutic seizures without side effects often seen in electroconvulsive therapy (ECT) such as headaches, nausea, dizziness and other complications. It will also allow NNU to continue its scientific research related to the circuits in the brain effected by depression and the ability to target these brain circuits with focused magnetic field devices.


Contractor Requirements (Scope of Work):
The contractor shall be able to provide the following equipment with the following technical specifications:


1. Purchase Description
• One magnetic seizure therapy system shall consist of the four parts below:
o 1 MagPro MST System (with 120V 3-phase AC mains supply)
o 1 TMS/fMRI 7 channel array coil (compatible with MRi-B91 and coil holder)
o 1 MagPro Dynamic and Standard Leakage Current Reduction for MRI
o Installation and one (1) day Onsite Training


4. Salient characteristics
The Magnetic Seizure Therapy device shall contain all of the following:
• Ability to deliver focused magnetic fields to the brain of sufficient amplitude to illicit therapeutic seizures; at a rate of 250 pulses per second; Biphasic waveforms; pulse duration of 400 microseconds;
• Built in cooling system for liquid cooled twin magnetic coils in order to apply MST from 10,000 up to 20,000 pulses when performing standard depression protocols;
• Selectable current direction;
• At least 6-channel electromyography ExG pod (EEG and EMG) for patient monitoring;
• Twenty (20) or more pre-defined treatment protocols for treatment with quick press start/pause/resume treatment features; and
• Two movable displays for user interface and ExG curves
The TMS-fMRI system shall contain all of the following:
• Able to provide 7-channel resolution;


• Able to acquire fMRI BOLD images during delivery of TMS pulses;


• Compatible with fMRI TMS magnetic stimulator MRI-B91; and
• The Leakage Current Reduction for MRI shall be able to filter leakage current in dynamic and standard modes to eliminate/reduce artefacts allowing MRI recording to be very close to the stimulation.
1 MagPro Dynamic and Standard Leakage Current Reduction for MRI


The devices shall include installation of the systems, one day of on-site training, and five years of maintenance.


5. Quantity:
One of each of the following: MagPro MST System (with 120V 3-phase AC mains supply); TMS/fMRI 7 channel array coil (compatible with MRi-B91 and coil holder); and MagPro Dynamic and Standard Leakage Current Reduction for MRI


Anticipated period of performance:
It is anticipated that delivery of the equipment will be within sixty (60) days of receipt of the order.

Capability Statement:
Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information.


Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.


All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Zenab Chowdhry, Contract Specialist, at zenab.chowdhry@nih.gov in MS Word format within 10 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered.


Note:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price contract.


Contracting Office Address:
9000 Rockville Pike
Building 31, Room 1B59
Bethesda, Maryland 20892
United States


Place of Performance:
10 Center Drive
Room 2D-39
Bethesda MD 20892
United States


Zenab A. Chowdhry, Phone 3018276909, Email zenab.chowdhry@nih.gov - Nancy Lamon-Kritikos, Contracting Officer, Email nancy.lamon-kritikos@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP