Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOURCES SOUGHT

66 -- Two (2) Hybrid EEG/ Transcranial Current Stimulator Systems

Notice Date
5/6/2016
 
Notice Type
Sources Sought
 
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-SBSS-16-361
 
Archive Date
5/28/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information/Sources Sought Notice HHS-NIH-NIDA-SSSA-SBSS-16-361 Two (2) Hybrid EEG/ Transcranial Current Stimulator Systems 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, UNITED STATES. Introduction: This is a 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 large business and small business sources, (2) whether they small businesses 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) large and small business 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. Background: The Division of Intramural Research (DIR) of the National Institute of Neurological Disorders and Stroke (NINDS) focuses on clinical trials and research studies to advance knowledge and treatment of neuromuscular disorders. The Human Motor Control Section (HMCS) within DIR conduct clinical and research studies on normal volunteers and patients with neuromuscular disorders and stroke. Transcranial current stimulation (tCS) is a technique that delivers weak electric currents through the scalp. Monitoring electroencephalography (EEG) at time of stimulation provides valuable information on the mechanism of current stimulation and allows for optimization of the stimulation parameters. This process also aids in the preventive treatment of neurological conditions characterized by abnormal peaks of cortical excitability, such as seizures, thus creating a non-invasive closed loop system. The HMCS requires EEG/transcranial current stimulation systems to modulate the effects of sleep debt on learning in on-going research studies. Purpose and Objectives for the Procurement: The purpose of this acquisition is to procure two (2) wireless, hybrid EEG/ transcranial current stimulator systems that are MRI and MEG compatible for research and clinical studies on patients with neuromuscular disorders and stroke. One system shall be 20-channel and the other shall be 32-channel. Project Requirements: Equipment Specifications The NINDS Human Motor Control Section requires delivery and installation of two (2) hybrid electroencephalograph (EEG) transcranial current stimulator (tCS) systems. The equipment must meet the following specifications: a.One of the two systems must record 20 channels EEG and the other system must record 32 channels EEG. b.Both systems must have USB 3.0 connectivity and wireless capability. c.Both systems must record EEG and deliver current stimulation simultaneously using the same electrodes. d.Both systems must be compatible with an Oculus Rift virtual reality (VR) system for closed-loop VR with minimal acceptable latency (<100msec). e.Both systems must have the following EEG functionalities: 1.Bandwidth: 0 (DC) to 125 Hz or higher 2.Sampling rate minimum of 500Hz 3.Resolution: 24 bits - 0.05 microvolt (uV) 4.Measurement Noise: Less than 1 uV RMS 5.Common mode rejection ratio: Greater than 115 dB 6.Input impedance: > 1 gigaohm 7.Allows for stimulation simultaneously (tDCS and TMS compatible) 8.Communication: wireless (via Bluetooth 3.0; 24 Mb/s) and wired (via USB 3.0; 480 Mb/s) options 9.Output: ASCII data files or TCP/IP raw data streaming; EDF+ and NEDF optional 10.On-board storage (e.g. microSD card or other storage device) f.Both systems must have the following stimulator functionalities: 1.Each must have the same number of stimulator channels as EEG channels 2.Stimulation types: tDCS, tACS and tRNS, with Double-blind Sham mode 3.Frequency range: 0 to 250 Hz (tACS) and 0 to 500 Hz (tRNS) 4.Configurable bandpass filter for tRNS 5.Maximum current per channel: ± 4mA 6.Current accuracy: 1% or better 7.Current resolution: 1 μA or better 8.Current must be independently configurable for each channel 9.Configurable Ramp-up and Ramp-down times 10.Voltage: ± 15 V per electrode (30 V potential difference) g.Both systems must have the following stimulator safety features: 1.User selectable maximum current per electrode 2.User selectable maximum total injected current (by all electrodes, any time). 3.Pre-programmed stimulation session options 4.Impedance checks before and during stimulation 5.The ability to abort simulation at any time h.The systems must have real-time access to EEG data via instrument controller (including data quality check, raw data, filtered data, spectral features, scalp maps, etc.) with available versions for Windows 7 and 8 platforms. i.The systems must include a toolkit for networked device control and a software suite for designing custom real-time neurofeedback applications Extended Warranty Requirements The Contractor shall provide a two (2) year extended warranty on all equipment and a standard one (1) year warranty on the system batteries. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Caps, electrodes, gel and other disposables may be excluded from warranty Equipment Training Requirements The Contractor shall provide assistance to users in setting up the system either via Skype or on site and provide training regarding all aspects of operation of the systems either via Skype or on site. Anticipated Contract Type: A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Period of Performance/Delivery Requirements: The overall period of performance for this requirement shall be sixteen (10) weeks. The contractor shall deliver the required equipment within eight (8) weeks after receipt of order and shall provide the required equipment training within two (2) weeks thereafter. Place of Performance: The required equipment shall be delivered and installed at the NIH Main Campus, 10 Center Drive, Bethesda, MD 20892. Capability Statement: Contractors that believe they possess the ability to provide the required equipment, extended warranty, and training should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment, extended warranty, and training, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must 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 Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time 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 anticipates negotiation of a firm fixed price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-16-361/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04109326-W 20160508/160506234842-2a917ff76ffac43d4b5586c2e24f15c8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.