6515--Transcranial Magnetic Stimulation (TMS) System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Network Contract Office 15 (36C255), is soliciting proposals for a Transcranial Magnetic Stimulation (TMS) System for the Harry S. Truman Memorial Veterans Hospital in Columbia, MO. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Proposals are due April 15, 2026.
Purpose & Scope
This solicitation seeks to acquire and implement a state-of-the-art TMS System to treat Major Depressive Disorder (MDD), anxious depression, and Obsessive-Compulsive Disorder (OCD) using non-invasive brain stimulation technology.
Key System Requirements include:
- FDA clearance for indicated uses.
- Air-cooled coil with dual high-power cooling and Energy Recovery System (ERS).
- FDA-approved stereotactic infrared tracking camera.
- Built-in EMG integration sensors for motor threshold mapping.
- Coil life expectancy of at least 40 million pulses.
- Portable, motorized treatment chair.
- FDA-approved Theta burst technology option.
- A 24-month warranty. The solicitation references Magstim Horizon 3.0 with StimGuide Pro Package as a "Brand Name or Equal" option.
Deliverables: The successful offeror will provide the TMS System, relevant software and documentation, installation and setup services, comprehensive end-user training, and post-warranty support.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Warranty: A 24-month warranty is required, with extended warranty options available.
- Delivery: Required within four weeks of the order date.
Set-Aside & Eligibility
This acquisition is a total set-aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Offerors must be certified SDVOSBs and listed in the SBA certification database at the time of both offer and award. Compliance with limitations on subcontracting is mandatory.
Submission & Evaluation
Required Documentation: Offerors must provide proof of being an authorized distributor and include equipment brochures. Responses to vendor fill-ins, specifically FAR 52.212-3 and FAR 52.219-76/52.219-768, are required; failure to submit these may result in an unresponsive offer.
Evaluation Factors: Proposals will be evaluated based on Technical Capability, Price, Past Performance, Authorized Distributor Proof, and Completion of Vendor Fill-Ins. Technical capability and past performance combined are considered equal to price.
Key Dates & Contact
- Published Date: April 8, 2026
- Response Due Date: April 15, 2026, by 9:00 PM ET.
- Primary Contact: Tracie Raggs, Contracting Officer, tracie.raggs@va.gov, 913-946-1985.