Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2004 FBO #1012
SOLICITATION NOTICE

65 -- Visual Acuity Screening Services

Notice Date
9/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N68836-04-T-0246
 
Response Due
9/15/2004
 
Archive Date
9/30/2004
 
Point of Contact
Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111, - Linda Nelson, Purchasing Agent, Phone 904 542-1077, Fax 904 542-1111,
 
E-Mail Address
linda_f_nelson@jax.fisc.navy.mil, linda_f_nelson@jax.fisc.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-04-T- 0246 applies and is issued as a Request for Quotation. This procurement is set aside for small business This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 621320 and the business size standard is $6.0 M. Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items Visual Acuity Screening Services, Per of perf: 01 Oct 2004 thru 30 Sept 2005. unit of issue: 1 Lot This service is to provide a Visual Acuity Screening and basic frame, lenses and side shields for Trident Refit employees on the Sight Conservation Program. The contractor will provide complet Visual Acuity Screening/Eye Examination, performed by a licensed Optometrist (in accordance with Federal Regulations) including, but not limited to, general eye health and Glaucoma screening. Travel distance for needed exams, fittings, issue and repair to Safety Prescription eyewear must be available within a range no-to-exceed 10 miles from TRIREFFAC Kings Bay, Ga. Distance must be controlled to reduce lost duty time and prevent the incurrance of additional travel at government expense. It is anticipated that each exam will require multiple visits not only for the exam, but also for fittings and adjustments. Failure to limit distance would significantly impair performance of mission essential operations. A 10-day turn-around time for glasses receipt is necessary to maintain compliance with Federal Regulations as well as mission capabilities. Authorized employees will possess a Visual Acuity Screening Authorization Form, provided and signed by specified employees in the TRF Safety Office ( a sample authorization will be provided upon award as well as a signature list). The Authorization will have an original signature and be provided to the contractor at the time of an approved vendor through the Safety Office. The contractor shall determine the proper eye size, bridge size, temple lengths, interpupillary distance and segment heights. There are no provisions under this contract for Oversized, photo grey, transition or progressive lenses. Oversized lenses are authorized, only, when "medically necessary" and will be annotated on the prescription. A permanent tint is not authorized for any employee, due to shift work potential. Eligibility for an exam is defined as (1) an employee identified by NAVMEDCLINKBY as having a prescription change or (2) an employee who has not been examined by an Optometrist/Ophthalmologist in 2 years. Personnel with scratched lenses, broken frames, missing screws or lost glasses will be evaluated by the Safety Office (limited to screw replacement and side shield attachment when the proper attachments are available) or the contractor will make repairs. Repairs / Replacement, under warranty, are the responsibility of the contractor. Employees will be advised to reuse their frames whenever possible. If deterioration is excessive, and the integrity of the frame is obviously questioinable, new frames will be authorized. Employees will make their own appointments and plan them with their supervisor's approval to minimize work load interruptions. Appointments scheduled for day shift employees, working a regular 8-hour day, are recommended for 1430 hrs. except for when the workload permits otherwise. The contractor will fax the prescription/receipt to Government Point of Contact: The contractor will ensure that all Frames and Lenses are ANSI Z87.1 approved and have permanently mounted side sheilds. 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: ?additionally, the Government will accept the contractor?s commercial warranty.? Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M September 15, 2004. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1077.
 
Place of Performance
Address: Kings Bay, Ga
Zip Code: 31547
 
Record
SN00663559-W 20040903/040901213225 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.