Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

65 -- IDIQ for 7E Patternless Edgers no Drill Capability or equal and 4T Frame Tracers or equal

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
DWS-2006-July-7E
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
Description
Federal Business Opportunities Announcement (7/24/06) This notice hereby cancels the Combined Synopsis/ Solicitation DWS-2006-June-7E and resolicits as DWS-2006-July-7E and clarifies the Government?s requirement for pricing for the 5 year ordering period of this procurement. Interested vendors are required to ensure proposals submitted comply with the current solicitation announcement. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-11 are incorporated. The Naval Medical Logistics Command intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract on a brand name or equal basis for the following: 7E Patternless Edgers (w/o Drill Capability) or equal and 4T Frame Tracers or equal. The -7E Patternless Edgers (w/o Drill Capability) and 4T Frame Tracers are both manufactured by National Optronics, 100 Avon Street, Charlottesville, VA 22902. The IDIQ, with an anticipated 60 month ordering period beginning with the resultant contract?s award date, is anticipated to include a minimum quantity of fourteen (14) Patternless Edgers (w/o Drill Capability) with a maximum quantity of one hundred forty (140) and will also include a minimum of two (2) 4T Frame Tracers with a maximum quantity of thirty (30) Frame Tracers. This procurement will be classified under North American Industry Classification System (NAICS) 423460 with a Small Business Size Standard of 100 employees. The technical documentation for offerors proposal of ?equal? models must meet the salient physical, functional and performance characteristics described below. ?Equal? models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of ?equal? proposals. Specifically, the Patternless Edgers (w/o Drill Capability) shall conform to the following salient characteristics: 1) The requirement is for a dry cutting three-axis Patternless Edger with the ability to process CR-39, Polycarbonate, Hi-Index, and Trivex lens materials. 2) The dry cutting is accomplished by blades that cut the lens instead of grinding it, thereby allowing for a tighter fit and better interface with the groove of the frame. 3) It utilizes a 20mm diameter cutter which provides superior bevel reproduction on high base curves which allows for accurate edging of many complex shapes. 4) The electric chucking system shall automatically adjust clamping pressure depending on the lens material and automatically move the lens into working position. 5) Modular design that isolates the electronics and the cutter motor from the cutting chamber. 6) Adjustable 15? or larger (not to exceed 19? due to space limitations) color flat panel LCD screen utilizing a PX-Based Windows like format for end user interfacing with the machine. 7) Fully compliant with current Optical Manufacture?s Association standards. 8) Can store an edger resident database which permits adding and editing frame information as well as the capability to download databases. 9) The interface offers a help screen for maintenance functions and operating instructions. 10) Easy-access doors for maintenance. 11) Does not require use of coolants, which eliminates the need for environmental disposal. 12) Shipped complete with vacuum systems and accessory kit. Specifically, the Frame Tracers shall conform to the following salient characteristics: (13) This requirement is for a Frame Tracer for a unit that shall be fully automatic for use at all production facilities. (14) The unit shall be able to trace frames, patterns or lenses. (15) The unit shall have vertical loading capability. (16) The unit shall be able to trace both eyes for accurate distance between lens. (17) The unit shall be able to trace h-wrap frames as well as small eyewear for children. (18) The unit shall be able to store a minimum of 100 frame shapes. (19) The unit shall be able to interface with current in house 7E edgers manufactured by National Optronics, Inc., part numbers as follows: 29000, 99014, 87181 and 29181. (20) The unit shall be able to accept barcode entries. (21) Electrical service for the units shall be 20 amps 120V. ADDITIONAL TECHNICAL INFORMATION: Regulatory Requirements: The Patternless Edgers and Frame Tracers, the accessory kits for each and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America; even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Warranty: Standard Commercial Warranty shall be as specified. CONTRACT LINE ITEM NUMBERS. Each Unit (System) to include all of the following items: 0001 Patternless Edger (w/out drill capability), Installation and Training Vacuum System Accessory Kit (see below for contents of accessory kit) 0002 Frame Tracer, Accessory Kit (see below for contents of accessory kit) 0003 Operational and Service Data Manuals -- Quantities, Distribution and Schedules: A complete set (1) of the above information shall be packaged with each unit of the required equipment. Where multiple quantities of the same unit are to be delivered to the same ultimate consignee, then only a total of two(2) service manuals need to be supplied to each consignee. However, one operation manual will be supplied with each unit. Electronic submission of manuals is also requested. CONTENTS OF ACCESSORY KITS: The Accessory Kit for 0001, Patternless Edger, contains the following items: a. qty of 2 , probe finger b. qty of 1, calibration disk, stepped c. qty of 1, T-15 torc driver d. qty of 1, ball driver ? 3/16? long handle e. qty of 1, hex driver ? 3/16? tee handle f. qty of 1, hex driver ? 3/32? tee handle g. qty of 2, sponge, 7E h. qty of 1, brush ? diamond hub i. qty of 1, screw driver, straight, non ?co j. qty of 1, dial caliper ? 150mm k. qty of 1, hex key set, ball tip l. qty of 1, cut, bevel, 5mm shelf, PC m. qty of 1, software, system disk, n. qty of 2, wrench, 3/16 ? 9/32, open end o. qty of 4, screw, fhcs, 6-32x3/8, T ? 15 p. qty of 1, rubber plug, tapered q. qty of 1, rubber plug, half eye clamp r. qty of 1, software, hlp graphics disk s. qty of 5, pattern blank, rectangle t. qty of 1, bottle, water, squeeze, plastic u. qty of 1, backup disk v. qty of 1, multi meter ? digital w. qty of 1, box w/foam, accessories, x. qty of 1, measuring cup, 1 oz y. qty of 1, disc, cleaning , 0.50 z. qty of 2, fuse 2.5 amp-slo-blo19374/ aa. qty of 1, belt, spindle bb. qty of 1, pin gage assembly, 1.5mm cc. qty of 1, wheel, grooving, slotted, .50 dd. qty of 1, coolant for polishing ? QT ee. qty of 1, power cord, ff. qty of 1, cover, dust, gg. qty of 5, white filter bag hh. qty of 5, vacuum bag ? 10 gal. ii. qty of 1, vacuum w/c ? 19 plug, 115v jj. qty of 1, manual, kk. qty of 1, static discharge hose assembly ll. qty of 1, carton, shipping, Installation and Training to be provided with each system. The Accessory Kit for 0002, Frame Tracers, includes the following: a. qty of 1, plate assy, calibration, ver b. qty of 1, control unit power cord c. qty of 1, fuse, TR5, fast, .2 amp d. qty of 1, fuse, sub-mini, TR5, 3.15 amp e. qty of 1, fuse, sub-mini, TR5, .5 amp f. qty of 1, fuse, sub-mini, TR5, slw.blw, g. qty of 1, power supply, ext, locking h. qty of 1, jacket, dust, i. qty of 1, disk, calibration, pattern, j. qty of 1, calibration disk k. qty of 1, bracket assembly, ship, front, l. qty of 1, lens blank, 58mm dia. 6 base m. qty of 1, pattern lens holder assy n. qty of 1, serial cable, DB9, M-F, 6 ft o. qty of 1, supplemental access, p. qty of 1, BNC cable assembly (6 ft) q. qty of 1, carton w/packaging, shipping r. qty of 1, manual, s. qty of 1, carton, shipping, EVALUATION FACTORS FOR AWARD: A. Technical Conformance with Salient Physical, Functional and Performance Characteristics B. Price [Evaluation of price will be based on total price for the ?maximum quantity? for the Patternless Edgers, Frame Tracers and associated operator or service manuals]. NOTE: Pricing for the 5 year ordering period is required. Any proposal that does not include pricing for the 5 year ordering period will not be considered for award The lowest price technically acceptable offeror for this brand name or equal requirement will represent best value to the Government. Award will be made on the basis of the lowest evaluated price of a proposal meeting or exceeding the non-cost factor. The government anticipates award of a Firm Fixed Price contract. Companies shall submit firm-fixed pricing to include commercial price lists and any applicable discounts to the Government and if applicable, any GSA schedule numbers and pricing. PROPOSAL INSTRUCTIONS AND FORMAT: Format of submission shall be separated into BUSINESS and TECHNICAL sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. All ?equal? proposals shall be segregated into the technical proposal and the business proposal. The Business proposal shall specify costs of equipment. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. TECHNICAL CONFORMANCE TO SALIENT PHYSICAL, FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: The technical documentation for offerors proposal of ?equal? models must meet or exceed the salient physical, functional and performance characteristics. ?Equal? models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of proposals. Failure to include an answer to each requirement in the solicitation may result in an unacceptable proposal. The contractor for ?equal? products shall provide proof that the product offered meets the salient characteristics and that the product conforms to the manufacturer?s own drawings, specifications, standards, and quality assurance practices. A copy of the operator and service manuals shall be included for evaluation. PRICE: Pricing will be evaluated on aggregate value of the contract for the ?maximum? quantity for the Patternless Edgers, the ?maximum? quantity of the Frame Tracers and would include pricing for associated operator manuals or service manuals, if manuals separately priced, for the Five Year ordering period. [Pricing for the 5 year ordering period is required. Any proposal that does not include pricing for the 5 year ordering period will not be considered for award.] All pricing will be based on F.O.B. Destination within the Continental United States. In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 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. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6, Brand Name or Equal; 52.216-1, Types of Contracts; 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-22, Indefinite Quantity apply. Proposals shall be submitted by email only to Debra Walker-Sykes at: dasykes@nmlc.med.navy.mil Proposals are due by 3:00 p.m. EST on 28 JULY 2006. All questions shall be addressed to Debra Walker-Sykes and Gary P. Topper, by email only, NLT 3:00 P.M. EST on 26 JULY 2006. No phone calls will be accepted. Point of Contact (please send questions to both the Contract Specialist and the Contracting Officer): Debra Walker-Sykes, Contract Specialist, Phone 301-619-0300, Fax 301-619-1132, Email dasykes@nmlc.med.navy.mil ; Gary Topper, Contracting Officer, Phone 301-619-2073, Fax 301-619-1132, Email gptopper@nmlc.med.navy.mil
 
Place of Performance
Address: 160 Main Road, STE 350 (BLDG 1794), Yorktown, VA
Zip Code: 23691-9984
Country: UNITED STATES
 
Record
SN01096639-W 20060726/060724221248 (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  © 1994-2020, Loren Data Corp.