Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

65 -- Prescription Lens Carrier (PLC)

Notice Date
7/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0200-03-R-5004
 
Archive Date
8/1/2010
 
Point of Contact
Marie Crescenzo, Phone: 215.737.7243
 
E-Mail Address
Marie.Crescenzo@dla.mil
(Marie.Crescenzo@dla.mil)
 
Small Business Set-Aside
N/A
 
Award Number
SPM20004D7519
 
Award Date
7/2/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. The Defense Logistics Agency, Defense Supply Center Philadelphia (DSCP), Medical Supplier Operations Directorate is the contracting activity. 2. The action being approved is the ability to solicit for DLA requirements on an other than full and open competition basis. This justification is for a third bridge contract which will ensure the continuation of the optical Electronic Catalog (ECAT) contract currently held by Rochester Optical under contract SPM200-04-D-7519, which expired May 4, 2010. The proposed 240-day bridge contract will provide support and accessibility for the Military Services until a follow-on contract can be awarded. 3. The item required to meet the needs of the optical ECAT customers under this action is: Item: Carrier, Lens Ophthalmic (also referred to prescription lens carrier (PLC)) NSN: 6540-01-264-1348 The realistic estimated dollar value of the 240-day bridge contract is $750,000.00. This figure is based on the current annual sales of delivery orders placed through the ECAT Program, and an additional six percent to cover the increase in new summer recruits. The maximum dollar value of the bridge contract is $1,500,000.00. 4. The statutory authority permitting other than full and open competition is 10 U.S.C.2304(c)(1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as implemented by FAR 6.302-1. 5. The use of this authority is necessary because the follow-on contract for the carrier, lens ophthalmic in support of the Military Services has been delayed due to unresolved technical issues. In addition, this office has reached the maximum dollar value of the second bridge contract and, as a result, orders are currently being placed through Direct Vendor Delivery. The carrier, lens ophthalmic is necessary for all Military Service personnel who wear prescription vision correction lenses and use Ballistic Laser Protective Spectacles (BLPS) and the M40 gas mask. It is issued to recruits during Basic Training and is a critical go-to-war item issued to all troops scheduled for deployment to Iraq and Afghanistan. 6. In accordance with FAR 5.201(b)(1)(i), the proposed bridge contract will be synopsized in FedBizOpps. In addition, this justification will be made available for public inspection, after award, in accordance with FAR 6.305. 7. As the Contracting Officer, I hereby determine that the anticipated cost to the Government will be fair and reasonable as the current price will continue to be offered under the proposed third bridge contract. Further, the current price was determined fair and reasonable at time of award based upon the receipt of adequate price competition. 8. Market research indicates that because of the use of the unique Government- furnished mold, Rochester Optical is the only vendor capable of performing on the proposed contract since the vendor currently has a production line set-up and raw materials in place to perform on this contract. It has been determined that Rochester Optical is the only known manufacturer who has the capability of providing the required item in the required timeframe. 9. Rochester Optical is the only source that has expressed an interest in the proposed bridge contract. 10. The follow-on acquisition was solicited as a total small business set-aside. Responses to our market research indicate that there were several small businesses interested in and capable of fulfilling this requirement. It is anticipated that all future acquisitions for these requirements will be competed on a full and open competition basis restricted to small business participation. 11. As the Contracting Officer, I hereby certify that the information contained in this justification is accurate and complete to the best of my knowledge and belief. __7/2/10_______ ______/s/________ DATE Marie Crescenzo Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SP0200-03-R-5004/listing.html)
 
Place of Performance
Address: 1260 Lyell Avenue, Rochester, New York, 14606, United States
Zip Code: 14606
 
Record
SN02198810-W 20100709/100707235427-f95fe28b7dee833fb7b036beacd292b7 (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.