Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOLICITATION NOTICE

65 -- Gold Automated Semen Analyzer

Notice Date
3/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-14-Q-0020
 
Response Due
3/20/2014
 
Archive Date
5/19/2014
 
Point of Contact
Angela Dexter, 360-486-0708
 
E-Mail Address
Western Regional Contracting Office
(angela.a.dexter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation W91YU0-14-Q-0020, 0010465839 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 The associated North American Industrial Classification System (NAICS) code for this procurement is 339112(Surgical and Medical Instrument), Size standard is 500. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at Medical Army Medical Center, Tacoma, WA 98431 All Contractors shall provide an offer for the following CLINs line items: CLIN 0001. SQA- Gold Automated Semen Analyzer, Part# 4039,qty: 1 Unit issue: EA CLIN 0002.V-Sperm Gold Computer, Part 5100qty: 1. Unit issue: EA CLIN 0003. Supply Starter Pack, Par # 0140, qty: 1. Unit issue: EA CLIN 0004 Validation Kit, Part # A-CA-00691-00, qty: 1. Unit issue: EA CLIN 0005 Freight Charges, qty: 1. Unit issue: EA Specification Visualization System LED illuminator Objective lens with zoom capability Magnification: x300 to x500 Focal depth: Approximately 30 microns Detailed System Specifications Dimensions:40 Height x Width 30 x 15 - 25 cm Depth Weight:4 kg AC power supply: 100 to 250 VAC, 50/60 Hz, 24W Fuse rating:2A 250V Power stability requirements: Voltage fluctuations 5% nominal Measurement Compartment Sources of radiant energy - two LEDs for motility and spectrophotometry channels Detector system - two photo detectors - Motility and Optical Density Visualization Compartment White LED illumination system CCD, 330 TV lines Objective: Standard, x20 Signal Output: PAL standard Zoom system for magnification transition between x300 and x500 Focus regulator Display(s) Operational backlight LCD (16 lines x 40 characters) Video backlight LCD (8 x 10 cm): Will automatically illuminate when unit is quote mark ON quote mark Use monitor ON/OFF key on the keypad to independently operate the video display Printer Built-in, Dot Matrix Non-thermostatic narrow paper with 20 characters per line Ribbon cassette (Citizen) Keypad Operational keys: ON/OFF, TEST, PRINT, SERVICE, ARCHIVE, DELETE, ENTER, four cursor buttons, ESC, ten numeric buttons (0-9) Video control keys: ZOOM IN/OUT, ILLUMINATION HIGH/LOW, and MONITOR ON/OFF Front Panel Built-in printer Visualization compartment LCD video display and controls Focus knob LCD operational display Measurement compartment Multi-button keypad I-Button Rear Panel Power connector with fuse-holder (2 fuses: 250V, 1A) Video connector RS232 cable outlet Specimen Testing Supplies Measurement capillary: Disposable, plastic, positive displacement testing capillary. (Testing depth of capillary section: 300-micron; Cuvette section: 10 mm). Standard laboratory slide: 20 micron depth, 22 x 22 mm cover-slip. Operating System Control: Keypad Analysis Time: Normal Test - 75 seconds; High Sensitivity/Postvasectomy Test - 5 minutes (9 minutes in version 2.43). Software: Resides on flash memory and drives all man-machine interface functions, runs algorithms for test measurements (according to WHO '99 guidelines), and operates visual and automated screens. System can be upgraded from a PC CD-ROM. Sample Testing Temperature: Calibrated for room temperature only 22-26 C / 68-79 F. Motility results will be impacted by heating the specimen. Motility channel input signal: Analog, up to 5V. Spectrophotometer channel input signal: Modulated (1 kHz) analog, up to 5V. Quality Control Internal: Electronic Self-Test and Auto-Calibration. External: Counts can be run on the SQA-V automated and visualization systems using commercially available assayed control material: quote mark QwikCheck-beadsTM quote mark (product of Medical Electronic Systems) or Stabilized Sperm as a non-assayed control in version 2.45 and higher. PC Compatibility Minimum requirements for V-Sperm software PC: 1 GHz processor, Pentium 3 RAM: 256 MB AGP-video display card with at least 16 MB of RAM memory Video color: At least 16 bit (65,535) CD ROM drive 200 MB free hard disk space for image capturing Video resolution: Minimum 640 x 480 Operating system compatibility: Windows 2000, Windows XP, DirectX, DivX Ports: One serial; two USB ports Monitor: 15 quote mark color EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, lowest price. The evaluated price will be the total price of the quote, A.Must provide 1 year full coverage warranty within 24 hours B.Must provide Installation and training to two technical on SITE. C.Starter Pack must include Testing Capillaries, Cleaning Kit, Test Strips, QC Beads, Liquefaction kit and Dilution kit. D.Analyzer must interface with the V-Sperm Gold software with a desktop computer. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation, 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors;,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL MESSAGE. Place of Delivery: Madigan Army Medical Center 9040 Fitzsimmons Drive, Tacoma, WA 98409
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-14-Q-0020/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN03316308-W 20140322/140320235357-b8663d4f7d07135d8df63e389bd3cf0a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.