Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

65 -- Reading glasses with different corrective powers (strength) and vinyl slip-in cases.

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia Pacific Region - Regional Procurement Office, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii, 96860-4967
 
ZIP Code
96860-4967
 
Solicitation Number
0025505850
 
Point of Contact
Paul S. Cunanan, Phone: 808-474-2986
 
E-Mail Address
Paul.Cunanan@dla.mil
(Paul.Cunanan@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Supply Center Philadelphia, Pacific Region (DSCPP) is requesting urgent quotes for optometry consumable items: Reading glasses with different corrective powers (strength) and vinyl slip-in cases. This requirement is urgent and the required delivery date (RDD) of one complete shipment is on or before 15 April 2010 to FOB Point: San Diego, California. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation is issued as a request for quotation (RFQ). Submit written quotes only. Also see “Instruction to Offerors” and “Evaluation of Quotations/Offers” herein. (iii) The Request for Quotation number is 0025505850. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This solicitation is set aside for small business. The NAICS code for this requirement is 339115, Ophthalmic Goods Manufacturing. The small business size standard is 500 employees. (v) The FOB Point is Destination which means quotes must be inclusive of all transportation charges from the shipping point of the supplier to the delivery destination. The delivery address is: DDDC SAN DIEGO MARK FOR: USNS MERCY T-AH 19 (PP10) 2680 WODEN STREET, RECEIVING BLDG 3304 SAN DIEGO CA 92136-5491 (vi) Description of the requirement: Reading glasses, standard, quality, durable, unigender (for use by men or women), lens and frames are made of totally plastic, polyurethane, color: black or brown. Case is vinyl and slip-in, color: assorted. Corrective powers (CP) and quantities for the glasses and cases are listed below. a.Reading glasses, CP: 1.00, Qty: 12,000 pairs, Unit Price $_____Ext Amt $_____ b.Reading glasses, CP: 1.50, Qty: 8,000 pairs, Unit Price $_____Ext Amt $_____ c.Reading glasses, CP: 2.00, Qty: 7,000 pairs, Unit Price $_____Ext Amt $_____ d.Reading glasses, CP: 2.50, Qty: 6,000 pairs, Unit Price $_____Ext Amt $_____ e.Reading glasses, CP: 3.00, Qty: 6,000 pairs, Unit Price $_____Ext Amt $_____ f.Reading glasses, CP: 3.50, Qty: 500 pairs, Unit Price $_____Ext Amt $_____ g.Reading glasses, CP: 4.00, Qty: 500 pairs, Unit Price $_____Ext Amt $_____ h.Assorted color vinyl cases: Qty: 40,000 cases Unit Price $_____Ext Amt $____ (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Additionally, the following DFARS provisions apply: DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and DFARS 252.225-7000. Buy American Act--Balance of Payments Program Certificate. (x) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, paragraphs (a), (d) and (e) apply to this acquisition. Additionally under this clause in paragraph (b), the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. For paragraph (c), no FAR Clauses apply to this acquisition. Further, DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. For paragraph (a), 52.203-3, Gratuities applies to this acquisition; for paragraph (b) the following clauses apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment. Paragraph (c), applies to this acquisition. (xii) The following additional FAR, DFARS, and DLAD clauses (by reference) apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.242-15, Stop-Work Order; 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7002, Compliance with Local Labor Laws (Overseas); 252.232-7010, Levies on Contract Payments; and DLAD 52.212-9000, Changes – Military Readiness. (xiii) The date and time for receipt of quote is due on 3 March 2010 by 1600 hours Hawaii Standard Time. (xiv) The name and telephone number of the individual to contact for information regarding this procurement: Paul S. Cunanan, Contract Specialist, 440 Fuller Way, Building 280, Pearl Harbor, Hawaii 96860-4967, Telephone no. 808-474-2986, email: paul.cunanan@dla.mil. (xv) To obtain copies of the FAR, DFARS, and DLAD Clauses referenced above, log on to the website: http://farsite.hill.af.mil INSTRUCTIONS TO OFFERORS: Questions, inquiries, and quotes must be faxed or emailed to Paul S. Cunanan, email: paul.cunanan@dla.mil, fax # 808-471-0424 ATTN: Paul S. Cunanan. No verbal or telephonic questions, inquiries, and quotes will be entertained. All offerors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Interested offerors are required to submit the following: a) quote for all items, submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), date offer expires, and warranty; b) detailed complete specifications of the glasses and cases; c) photos of the glasses and cases and d) completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009). EVALUATION OF QUOTATIONS/OFFERS: Quotes will be evaluated in accordance with FAR 13.106-2. The following factors shall be used to evaluate quotes. This procurement utilizes a Low Price Technically Acceptable source selection process. Technical Acceptability is determined to be the offeror’s ability to provide product in accordance with the specifications/item descriptions and compliance with the delivery schedule. Award will be made to the responsible offeror whose quote is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest evaluated price. The Government reserves the right to judge which quote shows the required capability. The Government also reserves the right to eliminate from further consideration those proposals which are considered unacceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-P/0025505850/listing.html)
 
Place of Performance
Address: Delivery to San Diego, California, San Diego, California, United States
 
Record
SN02073232-W 20100226/100224234557-16762da2049c664cb19f7d0b2289a837 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.