Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOURCES SOUGHT

66 -- Transcranial Electrical Stimulator and Modeling Software for the Human Physiology Cortical Section (HCPS)

Notice Date
8/7/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NINDS-SBSS-18-4968051
 
Archive Date
9/1/2018
 
Point of Contact
Danny Cohn, Phone: 3014027111
 
E-Mail Address
danny.cohn@nih.gov
(danny.cohn@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Description: 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; HUBZones mall 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. Background: The mission of National Institute of Neurological Disorders and Stroke (NINDS), a part of the National Institutes of Health (NIH), is to "seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease". The research objective of the Human Cortical Physiology and Neurorehabilitation Section (HCPS), is to understand the mechanisms underlying plastic changes in the human central nervous system (CNS) and to develop novel therapeutic approaches for recovery of function based on these advances in patients suffering from brain injury or disease, particularly following stroke or traumatic brain injury. Non-invasive brain stimulation has been shown to have potential use as novel and effective neurorehabilitation therapies. One of the limitations of our current transcranial electrical stimulation devices is their poor spatial targeting capability for delivering stimulation to focal regions of the brain. Purpose and Objectives: The purpose of this acquisition is to procure a new transcranial electrical stimulator for the Human Physiology Cortical Section(HCPS).This platform will enable the section to develop more effective, and patient-specific non-invasive brain stimulation therapeutic protocols. Recent technological advances have resulted in a new generation stimulator devices capable of delivering high definition (i.e. - more spatially focal than standard devices) tDCS (transcranial direct current stimulation) or tACS (transcranial alternating current stimulation). Presently, the HCPS does not have a high definition tDCS or tACS device. This new 9-channel high definition stimulator device and accompanying modelling software provides a new unique ability to address the major research limitations of our present 2-channel device: A) poor spatial targeting resolution; B) broad inter-individual variability of neuromodulatory effects that impact reproducibility. Specifically, it will enable us to: 1) quantitatively determine ideal electrode montages for targeting specific brain areas of interest in our research studies (e.g. - primary motor cortex or ventral premotor cortex); 2) deliver electrical stimulation to target brain areas with greater spatial precision; 3) use modeling of current density distributions in the brains of individual participants to estimate effective dosing; 4) determine if studies using effective dosing result in greater neuromodulatory effects following transcranial electrical stimulation; and 5) substantially improve reproducibility of tDCS and tACS effects. Project requirements: Trade Name: transcranial electrical stimulator Brand Name: Soterix Medical MxN-9 HD-tES Stimulator (brand-name or equal) Manufacturer: : Soterix Medical (brand-name or equal) Model, type, catalog and other parts/numbers: Type 9 HD electrodes, 9 HD electrodes holders, H cap (size 58), 4 HD-gel and EASYCASE) Catalog #900Te Salient characteristics Contractor shall provide the NINDS HCPS with one (1) transcranial electrical stimulator The high definition transcranial electrical stimulator (HD-TES) system MUST meet the following minimum specifications and functionalities: 1. A minimum of eight (8) independently controlled stimulation channels. 2. Modular system design allowing for expansion to a minimum of 64 total channels at a future date. 3. Stimulator must be capable of delivering different stimulation types and waveforms including (but not limited to): direct current (tDCS), alternating current (tACS), pulse current (tPCS), random noise (tRNS), and oscillating direct current (tODCS). 4. System must be compatible with 32- or 64-channel EEG systems. 5. System must be switchable (on/off) via external input triggers. 6. System must be supplied with software that can model optimal electrode arrays for simultaneous targeting of at least two (2) brain regions of interest utilizing individual T1-weighted MRI scans. 7. System must be manufactured and serviced in the USA. Quantity: (1) transcranial electrical stimulator Anticipated period of performance: The contractor shall deliver, install the equipment, and provide training for use within 3 weeks after receipt of order. Delivery must be FOB destination and include inside delivery. The equipment shall be delivered and installed between the hours of 8:00am and 5:00 pm, Bethesda, MD local prevailing time at 10 Center Drive, Building 10, Room 7D51A, MSC 1428, Bethesda, MD 20892. Contract shall provide a one (1) year service and warranty. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the one-year warranty period. Capability statement /information sought: Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice including providing information regarding being an authorized provider of the services. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, formal and other training; (b) current in-house capability to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and other management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. Respondents should provide responses accordingly: (1) submit information electronically by email. No mail, telephone or facsimile responses will be accepted; (2) format capability statements using Microsoft Word or Adobe PDF including attachments, resumes, charts, etc. Use single space, 12 font minimum and 8.5 x 11 size paper; (3) organize material in such a manner that clearly identifies and addresses capability requirements and provide an executive summary; (4) capability statement should not exceed two pages not including the cover page, executive summary, or references; (5) RESPONSES SHOULD BE RECEIVED NO LATER THAN 9:00 AM EASTERN TIME ON August 17, 2018; (6) include respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and email addresses; and (7) send responses to this notice via email to danny.cohn@nih.gov. "Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NINDS-SBSS-18-4968051/listing.html)
 
Place of Performance
Address: 10 Center Drive, Building 10, Room 7D51A, MSC 1428, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05025320-W 20180809/180807231728-6b9ec681d084fc3a9a2ca4dfc460ed8f (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.