SOLICITATION NOTICE
65 -- Automated Semen Analyzer
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F14T0062
- Response Due
- 7/17/2014
- Archive Date
- 9/8/2014
- Point of Contact
- bryan chandler, 06371-86-8697
- E-Mail Address
-
European Regional Contracting Office
(bryan.chandler@amedd.army.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; offers are being requested and a written solicitation will not be issued. Solicitation number W9114F-14-T-0062 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase 1 Automated Semen Analyzer (Brand Name or Equal). The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Automated Semen Analyzer Item#4039 SQA-V Gold Automated Semen Analyzer name brand or equal. 220V/50hz, European Plug, 2ea operators and service manuals. Purchase includes item#5100 V-Sperm Gold Computer and accessories with supporting V-Sperm Gold software. 1year full coverage warranty with 24 hour quote mark trade out service quote mark, SOP, on site training and installation. General item description: Reports sperm count, morphology, motility and 13 additional parameters Requires no sample dilution;.25ml and 20 micro liter sample size options; Runs fresh, washed, frozen, and post vasectomy sample types Runs latex bead or stabilized sperm quality control material Self testing, self calibrating, disposable testing capillary LIS interface option available, Optical visualization up to x500 Qty 1 Line Item 0002 Supply Starter Set Item#0140 Starter Kit includes Testing capillaries, cleaning kit, test strips, QC Beads, Liquefaction Kit and Dilution Kit. Qty 1 Line Item 0003 Shipping Door to Door shipping to LRMC Qty 1 All vendors must quote Shipping to the place of delivery and acceptance: U.S. Army Landstuhl Regional Medical Center Building 3739 66849 Landstuhl, Germany The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract - FEB 2000 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-29 F.O.B. Origin - FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - SEP 2013 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.216-7009 Allowability of Legal Costs Incurred in Connection With a Whistleblower Proceeding SEP 2013 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program DEC 2012 252.225-7041 Correspondence in English - JUN 1997 252.225-7048 Export-Controlled Items JUN 2013 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviations 2014-O0009 - FEB 2014 252.244-7000 Subcontracts for Commercial Items JUN 2013 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 Quoter shall submit written narratives that will demonstrate how their product(s) meet the salient characteristics below. If a quoter submits an Equal Product, quoter shall explain how the offered product meets the Brand Name product. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. Shall have World Health Organization compliant software included. Shall have installation support by phone to LRMC laboratory and medical maintenance personnel. Shall utilize two LEDs for motility and spectrophotometry channels. Shall be capable of performing semen testing on fresh, washed, frozen, and post-vasectomy specimens. Shall be able to analyze concentration of 85% specificity and 90% sensitivity. Shall be able to analyze motility of 80% specificity and 85% sensitivity. Shall be able to analyze normal morphology of 65% specificity and 85% sensitivity. Shall be able to analyze cell determination of 95% specificity. Shall have an LED illumination system. Shall have standard, 20x objective. Shall have CCD, 330 TV lines. Shall have PAL standard signal output. Shall have zoom system for magnification transition between 300x and 500x. Shall have a focus regulator. Shall have built in printer capability. Shall have video output, RS-232 capable plug in. Shall have memory capable of 500 test results, 500 QC measurements. Shall have normal test analysis time of 75 seconds. Shall have post-vasectomy/high sensitivity test time of 9 minutes. Shall be capable of Quality Control via internal, electronic self test, external, QwikCheck Beads. Shall not exceed 40x30x15 cm (HxWxD) and 5 kg weight. Capability of operating IAW manufactures literature and interface completely with the LIS. Ability to provide types of preventative maintenance procedures, user training and warranty that shows the frequency and time committed to perform each type of task per shift, per day, per week, per month, per year to sustain an operational system. Equipment must be 50hz as well as 220volts. One set of operator and service manuals in English. Vendor shall provide operator and technical training during installation. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. ADDENDUM TO FAR 52.212-2 The Government will award a Purchase Order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that meets the Government's Salient Characteristics identified in the solicitation. UNACCEPTABLE: A quote that fails to meet the Government's Salient Characteristics identified in the solicitation. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at https://www.sam.gov/. All quotes are due by July 17, 2014, before 02:00 pm Central European Time. Offers may be sent via email to bryan.d.chandler.civ@mail.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Bryan Chandler, phone # 011 49 6371 9464 5414 or at bryan.d.chandler.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F14T0062/listing.html)
- Place of Performance
- Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
- Zip Code: 09180
- Zip Code: 09180
- Record
- SN03421555-W 20140712/140710235940-0eee202445573f0425d7814240e0234e (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 |