DOCUMENT
65 -- MAGNETIC STIMULATION DEVICE - Attachment
- Notice Date
- 7/2/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9589
- Response Due
- 7/17/2018
- Archive Date
- 8/16/2018
- Point of Contact
- FREDY A ARTEAGA
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide magnetic stimulation device that at a minimum meets the following salient characteristics with a brand name or equal product for the VA San Diego Healthcare System: Salient Characteristics Magnetic Stimulator System The magnetic stimulator must be capable: Of delivering the required bi-phasic, bi-phasic burst, and mono-phasic waveform stimulation at frequencies of between 1 and 30Hz, with the ability to define stimulation frequency with.1Hz resolution. Of delivering paired pulses with biphasic and monophasic waveform stimulation with inter-pulse intervals as short as 1ms, and independent control of the amplitude of the two pulses in the pair. To empirically measure and display current discharge (di/dt) through the transducer coil circuit with single stimulation and paired pulse stimulation protocols. To deliver repetitive pair pulses at frequencies of up to 5 paired pulses per second, where intensity of each individual pulse in the pair, and the timing between the pulses, is able to be pre-defined and controlled. To capture, record and display EMG recordings coordinated with delivery of magnetic stimulation pulses. To allow users to store, retrieve and load, >40 stimulation protocols without connected computer or network connectivity. To accept and allow delivery of stimulation with specialized research coils for small mammals (rats), and must be able to accept and deliver stimulation with (FDA cleared) human use coils with figure of eight and round-spiral geometry windings. To be fitted for use inside MRI scanner and with coils designed for use within MRI scanners. The stimulator system must include: Procedure chair, with motorized control of chair tilt, backrest angle, footrest angle and chair height. Positioning arm affixed to the treatment chair for positioning and holding the stimulation (transducer) coil stable. relative to the subject/ patient, during procedures. Method to hold stable and supported, the subject / patients head during stimulation procedures. Ability to send outgoing and accept incoming, trigger signals as well as introduced delays to outgoing and incoming trigger signals to allows users to coordinate functions of connected devices via triggering. Capability to deliver stimulation pulses with durations of 250 µs and 70 µs medical grade, isolation transformer. Brand name Info: MagPro R30 with MagOption, 9016E0743 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Fredy.arteaga@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, July 17, 2018 at 4:00 p.m. EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9589/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9589 36C26218Q9589_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453212&FileName=36C26218Q9589-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453212&FileName=36C26218Q9589-000.docx
- File Name: 36C26218Q9589 S05 RFI VA SAN DIEGO MAGNETIC STIMULATOR DEVICE 36C26218Q9589_1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453213&FileName=36C26218Q9589-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453213&FileName=36C26218Q9589-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9589 36C26218Q9589_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4453212&FileName=36C26218Q9589-000.docx)
- Place of Performance
- Address: VAMC SAN DIEGO;3350 LA JOLLA VILLAGE DRIVE;SUPPLY WAREHOUSE;SAN DIEGO, CA
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN04977131-W 20180704/180702231043-fa7c1637ad8e6b48b5b1108e39403184 (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 |