POTS24-003937

Submitted by fratecm on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Modular Head Posts and Accessories
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Tam
Ngo
ngot@nih.gov
NAICS Code Number
33912
Modular head posts
Ten (10) modular head posts comprised of baseplates, set screws, headpost top piece, custom screws, titaniums bone screws, a bone screw hex driver, bone screw tap kit, and drill stop kit.
Small Business Size Standard
Small Business
Estimated Period of Performance
N/A
Delivery of Goods
30 days from date of order
Set-Aside Status
Not Set Aside
Set-Aside Type
Small Business (SB)
Competition Status
Brand Name Only
Vendor Name
Gray Matter Research LLC
Address
619 N. Church St., Bozeman, MT 59715
Single-Sole Source Determination
The essential characteristics of the modular head posts that limit the availability to a sole source are: (1) a two-step implantation process which minimizes infection risk and promotes better bone integration; (2) a modular and cement-free design which avoids the use of cement thereby reducing potential complications and facilitating customization and repairs; (3) the use of titanium materials enhancing longevity, safety, and compatibility with bone; (4) osseointegration promotion which allows the implant to be secured to the bone thus reducing failure risk; and (5) longevity and reliability. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this vendor’s product is the only commercial product in the market that manufactures modular head posts. These modular head posts are the only ones we have validated as compatible with our rhesus monkey behavioral studies. Our head fixation equipment is only compatible with this model of post, such that it can be used for behavioral training imaging and neurophysiological recordings. Through market research, we have found that no competing product or vendor exists.
Background/Description of Requirement

The NIMH IRP conducts basic research on the neural mechanisms underlying such cognitive functions as perception, memory, decision-making, and emotion in nonhuman primates. A great number of these studies involve training and recording from nonhuman subjects. Such studies rely on specialized apparatus. In the Laboratory of Neuropsychology, research methods require modular head posts to enable research aimed at elucidating the circuitry involved in perception, memory, and decision-making. This purchase is to provide a head post for stable positioning of the subject for our research experiments.

Salient Characteristics:
• Two-step implantation process: The baseplate is implanted first and allowed to osseointegrate before adding the percutaneous parts in a second surgery. This minimizes infection risk and promotes better bone integration.
• Modular and cement-free design: The implants are designed in separate pieces that are assembled during implantation. This approach avoids the use of cement, reducing potential complications and facilitating customization and repairs.
• Use of titanium materials: Implants are made from biocompatible titanium, enhancing longevity, safety, and compatibility with bone.
• Osseointegration promotion: The design and implantation method encourage osseointegration, securing the implant firmly to the bone and reducing failure risk.
• Remote headposting: The head post holder has been developed for safer handling of animals, keeping experimenters’ hands away from the monkey’s head.
• Longevity and reliability: The implants have shown excellent longevity and reliability, with successful outcomes reported more than 9 years post-implantation, demonstrating their durability for long-term studies.

 

Interested parties may identify in writing their interest and capability in response to this 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.