SOURCES SOUGHT
66 -- Medoc Model MO00015-f TSA2 (fMRI) Thermosensory Stimulator System
- Notice Date
- 7/28/2022 2:21:20 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- NCCIH-2022-00AH1
- Response Due
- 8/15/2022 11:00:00 AM
- Archive Date
- 08/30/2022
- Point of Contact
- Alexis Hudak, Phone: 3016248753, Fax: NA, Andrew May, Phone: 3016248755, Fax: NA
- E-Mail Address
-
alexis.hudak@nih.gov, andrew.may@nih.gov
(alexis.hudak@nih.gov, andrew.may@nih.gov)
- Description
- NATIONAL CANCER INSTITUTE OFFICE OF ACQUISTIONS NOTICE OF INTENT / SOURCES SOUGHT NOTICE � Requirement Title:� Medoc Model MO00015-f TSA2 (fMRI) Thermosensory Stimulator System Document Type:� Notice of Intent / Sources Sought Notice Pre-Solicitation Number:� NCCIH-2022-00AH1 Posted Date:� 07/28/2022 Response Date:� 08/15/2022 Classification Code: 6640 Laboratory Equipment and Supplies NAICS Code:� 334510 �Electromedical and Electrotherapeutic Apparatus Manufacturing� Set Aside:� No Set-Aside/Unrestricted THIS IS A PRESOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION. Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Office of Acquisitions, Riverside Five, Suite 400, 8490 Progress Drive, Frederick, MD 21701, UNITED STATES. Description The National Cancer Institute (NCI) Office of Acquisitions, on behalf of the National Center for Complementary and Integrative Health (NCCIH), intends to negotiate and award a firm-fixed price purchase order on a non-competitive sole source basis for quantity one (1) Medoc Model MO00015-f TSA2 (fMRI) Thermosensory Stimulator System. The product herein shall be procured in accordance FAR Part 12- Acquisition for Commercial Items and in accordance with the simplified acquisition procedures as authorized by FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The resultant award for this commercial product (FAR Part 12) will include all applicable provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-01 (12/06/2021) and as required by the agency and NCI. Only one award will be made as a result of this pre-solicitation. The North American Industry Classification System code is 334510 �Electromedical and Electrotherapeutic Apparatus Manufacturing�, and the business size standard is 1,250 employees. It has been determined that there are no opportunities to acquire green products or services for this procurement. NCCIH requires systems for safely and reliably delivering thermal stimuli to patients. The Medoc TSA2 thermosensory thermal stimulator has unique characteristics necessary for our research that no other devices possess. The design has unique features, such as precise temperature control with a maximum stimulus delivery at any target temperature of 600 seconds and the device cannot overheat to a level that could injure the participant. Similarly, the design is fMRI compatible which is essential to ongoing and collaborative NCCIH DIR research that is critical to the NIH mission. The design is also portable which allows for bedside testing across the Clinical Center. Additionally, the TSA2 is compatible with our existing hardware and software currently used to conduct our ongoing studies. Lastly, and of equal importance, the thermal probes that are included and only compatible with the TSA2 are the only probes that have the size specifications we require to test specific body sites making it essential for testing specific patient populations. Due to these dependencies the Medoc TSA2 thermosensory thermal stimulator is currently the only thermal stimulation device that achieves these characteristics. It is in the best interest of the Government to acquire the Medoc Model MO00015-f TSA2 (fMRI) Thermosensory Stimulator System otherwise additional time and money may be needed which would jeopardize the integrity of the research. Contractor shall provide the Medoc Model MO00015 TSA2 Thermosensory Stimulator System and associated components (Quantity 1) with the following Salient Characteristics: MO00015-f TSA2 (fMRI) Thermosensory Stimulator Includes: MRI TSA2 30x30mm thermode + fMRI Filter TTL input/output triggering Medoc Main Station (MMS) Operating Software System arrives fully calibrated External Control capability to interface w/external s/w platforms Dual ports to support 2nd thermode; if added of same type (not included) Remote session setup & training support available AS00176 Standard TSA2 30x30mm thermode� AS00179 fMRI TSA2 16x16 Thermode + fMRI filter AS00177 Standard TSA2 16x16 Thermode AS00420 Standard CHEPS thermode (24x24mm) AS00421 fMRI CHEPS Thermode _+ fMRI filter AS00184 Digital Thermal Calibration Kit (TSA2) Market research revealed that the Compass Medical Technologies, Inc. (a division of Medoc Advanced Medical Systems) is the sole provider that can meet the specific requirements needed by NCCIH. Therefore, the Government anticipates a non-competitive award to the Compass Medical Technologies, Inc. as they appear to be the only vendor capable of fulfilling the Government�s requirement. PLACE OF PERFORMANCE/DELIVERY: The contractor shall deliver the instruments within 30 calendar days after the award to: Bethesda, Maryland 20892. The contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery of the award, the contractor must notify the specified point of contact to schedule the delivery date and time. This notice of intent/synopsis is not a request for competitive quotations. However, if any interested party, especially a small business, believes it can meet the above requirement, it may submit a capability statement, proposal or quotation which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 2:00 PM Eastern Time, on August 15, 2022. All responses and questions must be in writing or emailed to Contracting Officer�s, Alexis Hudak and Andrew May via electronic mail at alexis.hudak@nih.gov and Andrew.may@nih.gov. A determination by the Government not to continue with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls or facsimiles will be accepted. In order to receive an award, contractors must be registered and have a valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM), through SAM.gov. Reference pre-solicitation number NCCIH-2022-00AH1 on all correspondence. Primary Points of Contact: Alexis Hudak Contracting Officer Alexis.hudak@nih.gov Phone: (301) 624-8753 Andrew May Team Lead/Contracting Officer Andrew.may@nih.gov Phone: (301) 624-8755
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/009c76b083054e05a80e0e83adf46dcb/view)
- Record
- SN06406817-F 20220730/220728230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |