Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
SOLICITATION NOTICE

65 -- Prescription Safety Eyewear and Exams throughout the State of Michigan to include the Upper Peninsula for approximately 17 locations.

Notice Date
12/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-09-T-2003
 
Response Due
12/23/2008
 
Archive Date
2/21/2009
 
Point of Contact
Kim Pohl, 517-481-7842<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This solicitation number is W912JB-09-T-2003, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-29 and Defense Acquisition Circular Number 91-11, 20081124 Edition. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Quotations are being solicited and a Firm Fixed Price (FFP) type Blanket Purchase Order (BPA) is anticipated. This solicitation is set aside for small business. The North American Industry Classification System (NAICS) code is 339115. Size Standard: 500 employees Description of commodity: Prescription safety eyewear and exams Statement of Work as follows: Safety Eyewear Program The vendor will provide a safety eyewear program that will include a professional exam, professional fitting, repairs and handling of all ordering & all receiving of safety eyewear. Vendor will provide posters for all shop locations explaining step by step how to obtain prescription safety eyewear and where to go. A list of frames will also be available to view. Vendor will streamline the process and make it easy for Guard members because each optical location will have forms on hand. Vendor will track member eligibility in which the Occupational Specialist can access 24 hours a day 7 days a week. Professional Eye Exam An eye exam will be provided every two years for Michigan Army National Guard Federal Technician employees who require prescription safety eyewear to perform their job. This eye exam will include a glaucoma test for employees that are over 40 years old. If an employee has a vision problem they will make contact with Occupational Health Specialist to be added on the master list for prescription safety eyewear or given another eye exam within the two year timeframe. Vendor will setup contracts with optometrist within a 25 mile radius from each maintenance facility to provide the eye exam. The vendor will ensure that an eye exam & safety eyewear is provided for the list of employees entitled to prescription safety eyewear. Vendor will offer a variety of frames to choose from. Vendor will provide the following eyewear specifications: Safety Prescription Eyewear Styles-Must have either permanently mounted or detachable clear side shields. May be manufactured by American Optical (AO), Titmus or an equivalent brand that meets or exceeds current ANSI Z87.1-1987 Standards. Lens Material-Lens material must meet or exceed industrial (Safety) eye protection standards in accordance with ANSI Z87.1-1987 Standards. A scratch coat is REQUIRED when available for the lens material. Lens Specifications-Progressive lenses are authorized at the employees discretion. Rose 1;Rose 2,m Crux-lite and Pearl tinted static (non-photo chromatic) lenses are authorized for indoor use as determined by results of the doctors examination. Photo-gray tinted lenses are NOT authorized. Frame Colors-Individuals may select the frame of their choice from a variety of authorized colors and styles. Authorized colors and styles are solid gray, pewter, and black tones for plastic and metal frames. Gold and silver colored metal frames are also authorized. Variegated (multi colored with streaks) are not authorized. Frame Material-Frames must meet or exceed current ANSI Z87.1-1987 Standards for safety eyewear. Frames may be manufactured of metal, plastic, or combination of both. Plastic frames are preferred when electrical, chemical, or explosive hazards are involved in the performance of the employees job. Side Shields-Detachable side shields will be available on all prescription safety eyewear. Each shop will be provided extra universal side shields in the event their employees lose or break side shields. Program Specifics Vendor will work with licensed/certified optometrists that are within 25 miles from individual shops. A list of shop locations will be provided. All licensed/certified optometrists & vendor must comply with all laws & regulations applicable for service in Michigan. Vendor must ensure all procedures are conducted in accordance with (IAW) the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA), National Institute for Occupational Safety and Health (NIOSH), Michigan Institute for Occupational Safety and Health (MIOSH) Standards and American National Standards Institute (ANSI). Individual shops will be able to coordinate directly with vendor to schedule eyewear appointments. Vendor will schedule accordingly to keep within a pre-determined budgeted amount per month. Vendor will be provided a list of workers who will be authorized safety eyewear. The Occupational Health Specialist will update that list monthly to capture additional employees that require safety eyewear and/or remove employees that are no longer in the system. No employee will be added to the list without authorization of the Occupational Health Specialist. Vendor will work with the Occupational Health Specialist to establish monthly updates for eyewear prescriptions via data disk to the Occupational Health Manager (OHM) software program & provide a hard copy to file in employees medical record. Standard Form 600 will be used to record the employees eye exam and this form needs to be sent to the Occupational Health Office to be filed in the employees chart. Vendor will provide the Occupational Health Specialist with a monthly bill to summarize the number of employees seen by name, date of service, item description, employee work location, name of optometrist, & price paid. Warranty/Repairable Items-A one year frame warranty and a 60 day lens warranty will take effect at the time the prescription safety eyewear is received by the employee. Repairs will be handled by a simple phone call from the Occupational Health Specialist to authorize the employee for replacement safety eyewear. Items to be quoted as follows: 0001-Titmus Premiere Collection #PC267 frame Temples: T267 - 140mm, 145mm 3BBL Spring Hinge 0002-Titmus SW02-SWRX Safety frame SW01 Stainless Steel 3BBL Spring Hinges 0003-Eye exam per attached SOW to include glaucoma test 0004-Set of polycarbonate bifocal lens 0005-Set of polycarbonate progressive lens 0006-Set of detachable flatfold side shields Deliveries are required year-round. Deliveries would be on an as-needed basis. Quantities/size of orders will vary. The Government reserves the right to reject any delivery that does not meet specifications and is not of usable quality. All delivery requirements are subject to change. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gpv.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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, Veterans of the Vietnam Era, and other Eligible 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. Point of contact for this RFQ is Kim Pohl at (517)481-7842. Quotes can be e-mailed to kim.pohl@us.army.mil; faxed to (517)481-7847; or mailed to USPFO for Michigan, 3423 North Martin Luther King Jr Blvd-Rm 219, Lansing, MI 48906-2934. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. Quotes are due not later than 12:00 PM, EST on Tuesday, 23 December 2008. All responsible sources may submit an offer, which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value and convenience to the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67e3ebe3f68c349665f27cc8a34981dd&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Michigan 3111 West Saint Joseph Street, Lansing MI<br />
Zip Code: 48913-5102<br />
 
Record
SN01717834-W 20081213/081211221018-67e3ebe3f68c349665f27cc8a34981dd (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.