Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SPECIAL NOTICE

65 -- Upgrade of TMS Laboratory at Malcom Randall VAMC Brain Rehabilitation Research Center

Notice Date
9/23/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Network Contracting Activities - 8;Services/Commodities West Palm Beach Sit;7305 N. Military Trail;West Palm Beach, FL 33410-6400
 
ZIP Code
33410-6400
 
Solicitation Number
VA24811RQ1715
 
Archive Date
9/28/2011
 
Point of Contact
Lois Greene
 
Small Business Set-Aside
N/A
 
Description
The Malcom Randall VA Medical Center (VA) intends to negotiate on a sole source basis with Recherches Rogue, Inc, LES of Montreal, Quebec, Canada 99999, pursuant to FAR 6, 302.1 for the purchase of a Brainsight 2 Neuronavigation System with accessories to be utilized in the Brain Rehabilitation Research Center (BRRC) of the Malcom Randall VA Medical Center. NAICS 541712 applies. This electromagnetic instrument is used to promote and inhibit cortical brain activity and will be used to delivery non-invasive brain stimulation for therapeutic research studies at the BRRC of Malcom Randall VAMC. It is the only system that can track multiple coils, integrate with multiple sources (EEG, EMG, and NIRS) and synchronize with transcranical magnetic stimulation (TMS) pulses. This Notice of Intent is NOT a request for quotation. Interested parties may identify their interest and capability to meet this sole source requirement by contacting the Contracting Office no later than Monday, September 26, 2011 @ 9:00AM (EST). Interest/capability statements may be sent to Lois Greene at lois.greene@va.gov. No telephone responses will be accepted. It is the Government's belief that at this time, only one source is capable of providing the Brainsight 2 Neuronavigation system in order to satisfy agency requirements. VA will consider any and all interest and capability statements received; however, the final determination not to compete this proposed procurement is solely within the Government's discretion. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 08, 573 Medical Center 573-11-4-500-0245 2.Nature and/or Description of the Action Being Processed: The Malcom Randall VAMC Brain Rehabilitation Research Center requests the purchase of an upgrade to existing hardware in the transcranical magnetic stimulation (TMS) laboratory. This upgrade is for an integrated hardware/software system called BrainSight 2, which is compatible with the existing infrastructure used within the laboratory. 3.Description of Supplies/Services Required to Meet the Agency's Needs: BrainSight 2 is used as a three dimensional tracking system to monitor patient head movement during the application of TMS during related procedures. The laboratory is also in need of a TMS coil placement system designed for the Brainsight 2 system, which is required for the implementation of the Brainsight machine. We can only use this system, as our existing infrastructure is based on the BrainSight line of products. The version we currently operate is now out of support and our line of research is at risk without the purchase of the new Brainsight 2 system. The TMS core is a major component of the BRRC and would be of risk of failure without this upgrade. 4.Statutory Authority Permitting Other than Full and Open Competition: (X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5.Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Rogue Research is the sole manufacturer and point of sale for the product called BrainSight 2. This product is of critical need for the transcranical magnetic stimulation initiative at the Brain Rehabilitation Research Center. This product upgrades the existing infrastructure already built on Brainsight, which is now dated and unsupported. As a result, the continued use of this product without this upgrade will put at risk a line of research. The products to be purchased are specialized hardware and software made specifically for the environment we have currently developed within the Malcom Randall VAMC. Rogue Research is the only firm capable of providing the supplies and services described in Section III above without the Veteran's Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Only Rogue Research produces and sells the product called Brainsight 2. Our existing lab infrastructure is incompatible with any other system. Migration to a new system would require the purchase of equipment far exceeding the cost of this contract. For example, the purchase of a competing system from Brain lnnovation would cost over 27,000 dollars (see Appendix) for the software system alone. Further, this system cannot read the data files from Brainsight, and as such, we would not be able to use any of our previous data. This puts data at risk and the mission of the TMS core in jeopardy. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: As shown below, the cost of the BrainSight system is far less expensive than its chief competitor (BrainInnovation). The quote given to the VA reflected previous purchases made by the VA to the company and a slight discount. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Only Rogue Research produces and sells the product called Brainsight 2. Our existing lab infrastructure is incompatible with any other system. Migration to a new system would require the purchase of equipment far exceeding the cost of this contract. For example, the purchase of a competing system from Brainlnnovation would cost over $16,000.00 dollars for the software system alone. Further, this system cannot read the data files from Brainsight, and as such, we would not be able to use any of our previous data. This puts data at risk and the mission of the TMS core in jeopardy. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Only Rogue Research produces and sells the product called Brainsight 2. Our existing lab infrastructure is incompatible with any other system. Migration to a new system would require the purchase of equipment far exceeding the cost of this contract. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: "See Section 4 above."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WPBVAMC/VAMCCO80220/VA24811RQ1715/listing.html)
 
Record
SN02590714-W 20110925/110924000201-52ac9d494b870099bd7ea351dedc484e (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  © 1994-2020, Loren Data Corp.