SOURCES SOUGHT
65 -- TMS TREATMENT SUPPLIES
- Notice Date
- 9/1/2017
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Defense Health Agency - Contracting Office-NCR
- ZIP Code
- 00000
- Solicitation Number
- HT0014-17-T-0005
- Archive Date
- 9/26/2017
- Point of Contact
- ROBERT C. SHEPHERD, Phone: (703) 275-6329
- E-Mail Address
-
robert.c.shepherd.civ@mail.mil
(robert.c.shepherd.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Health Agency (DHA) Contracting Operations Division - National Capital Region, Falls Church, VA is seeking sources to supply at a firm fixed price, Transcranial Magnetic Stimulation (TMS) Therapy - Disposable Treatment Packs. These disposable treatment packs must be FDA Approved as; and, 100% compatible with, the SenStar® Treatment Link of the NeuroStar TMS Therapy® System, as provided by Neuronetics Inc. (Malvern, PA 19355). The Walter Reed National Military Medical Center (WRNMMC) Directorate of Behavioral Health, Department of Psychiatry requires these treatment packs for their use in conjunction with clinical treatments performed on patients using the NeuroStar TMS Therapy® System. The department presently has two systems deployed at WRNMMC and each patient treatment session requires the use of at least one (1) disposable treatment pack. The department estimates 2500 treatment packs would be used per year; and it is considering a base year and one (1) additional option years' procurement. Any treatment pack offered must interface completely and be transparently interoperable with the NeuroStar treatment chairs (already installed); so as to ensure that the treatment coil is functioning properly, positioned correctly, and confirming to the attending physician that their patients are receiving optimal treatment, as planned. The treatment pack provided MUST BE 100% COMPATIBLE with the existing NeuroStar Chairs and the NeuroStar TMS Therapy® system as is presently installed and used to provide TMS treatment. Any disposable treatment pack must also in addition to the above; provide the following salient characteristics and features when it is deployed, it MUST: Deploy multi-functionalities thru a single treatment linkage comprised in multiple layers; Deploy a Sensory Guard - to reduce the intensity of the magnetic field at the scalp; Deploy a Magnetic Field Detector - to detect and verify the intensity of the magnetic field before each treatment, ensuring that patients receive exactly what the system operator programs for safe and effective treatment; Deploy a Smart Chip - Signal processor to ensure constant communication of treatment coil output with the NeuroStar TMS system software; Deploy Contact Sensors - Detecting small displacement of the TMS treatment coil from the patient's head (e.g. 2 mm); to continuously monitor contact between the patient's head and the coil, allowing the system operator the ability to make coil adjustments and re-administer missed pulses; ensuring patients receive the full prescribed stimulation of the target tissue; Deploy a Hygiene Barrier - that acts as a hygienic barrier between the patient's head and the coil which provides a safe and clean surface, for each patient treatment session. These disposable treatment packs are intended to be identical for use by the two existing treatment systems deployed, and must have the same or equal Physician and system operator familiarity, training regimens, and maintenance commonality with the existing make/model of the fleet of TMS therapy systems, which are not being replaced, at WRNMMC. This procurement when done will be conducted in accordance with FAR Part 12.603 under streamlined solicitation for commercial items. The North American Industry Classification System (NAICS) for this requirement is 334510; and the Small Business size standard is 1,250 employees. All responsible sources may submit a response. A determination made by the Government to not compete this requirement will be based on responses to this notice and this decision will be solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether, to conduct a competitive procurement. A solicitation will not be published. Interested firms may identify their interest regarding this notice, in writing to the Government point of contact. All responses to this notice must be received no later than 10:00 AM EDT, 11 September 2017. Telephone or facsimile inquiries are not acceptable in response to this notice. The point of contact for this action is Robert C. Shepherd at robert.c.shepherd.civ@mail.mil. The Contracting Office Address is: Defense Health Agency (DHA) Contract Operations Division - National Capital Region, 7700 Arlington Boulevard, Suite 5101, Falls Church, Virginia 22042-5101.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1f790475c900341f817503798ec7cdce)
- Place of Performance
- Address: The Walter Reed National Military Medical Center (WRNMMC), Directorate of Behavioral Health, Department of Psychiatry., Bethesda, Maryland, 20889, United States
- Zip Code: 20889
- Zip Code: 20889
- Record
- SN04659842-W 20170903/170901232425-1f790475c900341f817503798ec7cdce (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 |