LINE ITEM 0001: SQA Vision Automated Semen Analyzer EACH: 00001
LINE ITEM 0002: 24" Touch Screen EACH: 00001
LINE ITEM 0003: Testing Supplies, Starter Pack EACH: 00001
LINE ITEM 0004: Shipping & Handling / Freight EACH: 00001
SALIENT CHARACTERISTICS:
A. Reports sperm counts, morphology, motility and 13 additional parameters
B. Requires no sample dilution; .25ml and 20 micro liter sample size options.
C. Runs fresh, washed frozen, and post vasectomy sample types.
D. Runs latex bead or stabilized sperm quality control material.
E. Self-testing, self-calibrating, disposable testing capillary.
F. LIS interface option available, Optical visualization up to x500.
SPECIFICATIONS:
Sperm Quality Analyzer General Characteristics
Measurement compartment - sources of radiant energy - two LEDs for motility and spectrophotometry channels. - Detector system - two photo detectors - Motility and Optical Density
Sample type: Fresh, post vasectomy, washed, frozen, swim-up, density gradient, longevity, manual
Sample testing temperature: Calibrated for testing samples at room temperature only. Motility results will be impacted by heating the specimen (not recommended)
Measurement: Capillary disposable, plastic, testing capillary. Requires 500 μl of sample for normal volume testing; 20 μl for low volume testing; 300 μl for diluted mode. Use only manufacturers' certified testing capillaries.
Specificity: Concentration: 85 %; motility: 80 %; morph. norm forms (WHO 3rd): 65 %; morph. Norm forms (WHO 4th): 60 %; morph. norm forms (WHO 5th): 90 %; post vasectomy: 90 %
of motile cells detected
Sensitivity: Concentration: 90 %; motility: 85 %; morph. norm forms (WHO 3rd): 85 %; morph. Norm forms (WHO 4th): 65 %
Correlation to manual method: Concentration: 0.9; motility: 0.85; morph. norm forms (WHO 3rd): 0.65; morph. norm forms (WHO 4th): 0.45; morph. norm forms (WHO 5th): 0.45
Visualization compartment - white LED illumination system with luminous intensity 35 000 mcd
- digital CCD, resolution: 1280x1024 pixels, captures a high number of frames per second resulting in high resolution "live" and "frozen" images
- Objective: Standard, x40, chromatic aberration correction
- zoom system for smooth magnification transition between x1188 and x1725
- focus regulator and field of view stage knob Front panel
- displays: LCD display
- testing: Measurement and Visualization compartments
- other: Multi-button keypad, Focus knob, Field of View Stage knob K
Keypad- operational keys: I-Button, Service, Enter, Esc, Delete, four cursor buttons and ten numeric buttons (0-9)
- video control key: Zoom In/Out
Accessories for testing sample: - measuring capillary: disposable, plastic, loaded syringe for an easy aspiration of sample
- standard laboratory microscope slide: depth 20 microns, coverslip 22x22 mm (optional)
PC / Hardware: PC and vision testing device: "All in One" high resolution touch-screen computer with SQA Vision touch-screen compatible software, SQA testing device
Operation system: - analysis time: Normal test - 75 seconds; Post vasectomy automated) - 5 minutes
- software: Resides on flash memory. System can be upgraded from a PC CD-ROM
- motility channel input signal: analog, up to 5 V
- concentration channel input signal: modulated (kHz) analog, up to 5V
Quality control: - internal: Electronic self-test and auto-calibration automatically run on start-up
- external: Runs QC samples daily prior to testing or per laboratory protocol. Runs assayed latex bead control: "QwikCheckTM Beads" (product of MES) for concentration and negative control for motility/concentration OR non-assayed: Latex beads or stabilized sperm CAP or NEQAS for concentration
Dimensions, & Weight: 32x30x24 cm (HxWxD), 7 kg
Power Supply: 100-240 V AC, 50-60 Hz, 20 VA
Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees.
EVALUATION OF FACTORS:
Award will be made based on Technically Acceptable, Lowest price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.
Technical Factors are more important than Price. Price must be determined to be fair and reasonable.
The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - 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 52.232-33 Payment by Electronic Funds, 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 contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-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, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy
The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components.
The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil .
All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly 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 . **Offers are due by 15 August 2018 @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: [email protected].
**Note: RFQ Offers must contain, the Solicitation Number, Contractor's Representative Name & signature with the date in order to be accepted for consideration.
Contracting Office:
Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503
Place of Delivery:
Madigan Army Medical Center
Bldg. 9040 Fitzsimmons Drive
Tacoma WA 98433-5000
If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation: [email protected]