Federal Bid

Last Updated on 30 May 2015 at 9 AM
Solicitation
Center Kentucky

Transcranial Magnetic Stimulation (TMS) equipment

Solicitation ID HHS-NIH-NIDA-SSSA-NOI-2015-440
Posted Date 06 May 2015 at 4 PM
Archive Date 30 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Center Kentucky United states
This is a notice of intent to award a sole source purchase order and is not a request for competitive proposals under the authority of 41 U.S.C. 3304(a)(1) as set forth in Federal Acquisition Regulation (FAR) 6.302-1(a)(4). The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-81, dated April 10, 2105. The government intends to enter into a firm fixed price award with Jali Medical, Inc., 330 Bear Hill Road, Suite 303, Waltham, MA 02451, DUNS: 00508482.

The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease.

The Human Cortical Physiology Section (HCPS) has a need for the Transcranial Magnetic Stimulation (TMS) equipment to carry out research studies on normal volunteers and patients with neuromuscular disorders. The requested equipment is a set of 2 Magstim 200 2 stimulators connected into a Bistim configuration. A TMS coil will also be required with the purchase.

Please refer to the attached Statements of Work for complete details and specifications.

This notice of intent is not a request for competitive proposals. However, small businesses are encouraged to respond to this notice if they are capable of meeting the needs of this requirement. Written responses to this notice shall contain sufficient documentation to establish a bona fide capability and compatibility to fulfill the requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM), www.sam.gov.

The intended procurement will be classified under North American Industry Classification System Code 334516 and the small business size standard is 500.

The Government shall consider all responses received prior to the close date of this announcement, May 15, 2015 at 5:00PM, Eastern Standard Time. Please email Andriani Buck, Contract Specialist, at [email protected] with technical questions or written responses pertaining to this notice. No phone calls will be accepted.

Bid Protests Not Available

Similar Past Bids

Frederick Maryland 30 Jul 2015 at 7 PM
Institute West virginia 19 Aug 2016 at 8 PM
Lebanon Pennsylvania 23 Mar 2020 at 3 PM

Similar Opportunities

Arlington Virginia 28 Aug 2025 at 8 PM
Bethesda Maryland 14 Oct 2025 at 9 PM
Washington District of columbia 27 Jun 2026 at 12 PM