Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

65 -- AMENDMENT (SOLICITATION CHANGES ARE ANNOTATED IN BOLD ITALLIC PRINT)

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV10T0190
 
Response Due
10/15/2010
 
Archive Date
12/14/2010
 
Point of Contact
Jacquetta White, 706-787-8435
 
E-Mail Address
Southeast Regional Contracting Office
(jacquetta.white@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number is W91YTV-10-T-0190. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification System Code (NAICS) for this procurement is 339115. This requirement is 100% Small Business Set- a-Side, vendors having a Federal Supply Schedules, must ensure the schedule number is annotated. The Department of Logistics, Moncrief Army Community Hospital, and Fort Jackson, SC requires a base year contract with three option years for Optical Fabrication Services. The contract period will be from 1 October 2010 (or date of award) through 30 Sept 2014, inclusive of option years. The following service is required: Moncreif Army Community Hospital has a need for Optical Laboratory Technicians and On-site Overseer to provide optical fabrication services for the Optical Fabrication Lab, located at Fort Jackson, SC. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000112Months OPTICAL FABRICATION SERVICE FFP PROVIDE TECHNICIANS TO PERFORM OPTHALMIC SERVICES AS SPECIFIED IN PWS. (POP:01 OCT 2010 - 30 SEPT 2011) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000212Months ON-SITE OVERSEER FFP AN ON-SITE OVERSEER, AS SPECIFIED IN THE PWS ( POP: 01 OCT 2010 - 30 SEPT 2011) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00031Each CONTRACTOR MANPOWER REPORT FFP The contractor is required to report the following contractor manpower information, associated with performance of this contract action in support of Army requirements, for all covered contracts, to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs) (ASA(M&RA)), using the secure Army data collection web site at https://contractormanpower.us.army.mil. (Other information requirements associated with the manpower data collection (contract and task or delivery order numbers; appropriation data and amounts; total estimated value of contract; federal supply class or service code; major Army organizational element receiving or reviewing work; beginning and ending date for reporting period; place of performance; name, address, and point of contract for contractor; etc.) are specified and explained at the web site.) FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 100012Months OPTICAL FABRICATION SERVICE FFP PROVIDE TECHNICIANS TO PERFORM OPTHALMIC SERVICES AS SPECIFIED IN PWS. (POP: 01 OCT 2011 - 30 SEPT 2012) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 100112Months ON-SITE OVERSEER FFP AN ON-SITE OVERSEER, AS SPECIFIED IN THE PWS. (POP: 01 OCT 2011 - 30 SEPT 2012) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 200012Months OPTICAL FABRICATION SERVICE FFP PROVIDE TECHNICIANS TO PERFORM OPTHALMIC SERVICES AS SPECIFIED IN PWS. (POP: 01 OCT 2012- 30 SEPT 2013) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 200112Months ON-SITE OVERSEER FFP AN ON-SITE OVERSEER, AS SPECIFIED IN THE PWS. (POP: 01 OCT 2012 - 30 SEPT 2013) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 300012Months OPTICAL FABRICATION SERVICE FFP PROVIDE TECHNICIANS TO PERFORM OPTHALMIC SERVICES AS SPECIFIED IN PWS. (POP: 01 OCT 2013 - 30 SEPT 2014) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 300112Months ON-SITE OVERSEER FFP AN ON-SITE OVERSEER, AS SPECIFIED IN THE PWS. (POP: 01 OCT 2013 - 30 SEPT 2014) DOCUMENT NUMBER: W37XTS-0081-S004 FOB: Destination PURCHASE REQUEST NUMBER: W37XTS0081S004 NET AMT PERFORMANCE WORK STATEMENT (PWS) 1.GENERAL 1.1. SCOPE OF WORK. The Contractor shall provide optical fabrication technicians, to include supervisor, for the Optical Fabrication Lab at Moncrief Army Community Hospital, also referred to as the medical treatment facility (MTF) herein. Contractor shall be subject to the same quality assurance standard as those required for comparable military or government civilian optical technicians. Personnel provided by the contractor shall be technically proficient in the skills necessary to fulfill the governments requirement. Performance shall be according to the requirements contained in this performance work statement (PWS). 1.2.PERSONNEL. 1.2.1.QUALIFICATIONS. Each optical technician shall a.Possess ability to grind and polish lenses to prescription specifications. b.Possess good oral communication and interpersonal skills. c.Have documentation of required continuing education in Fire, Safety and Infection Control. d.Have completed a health examination IAW the health and immunization requirements. e.RESERVED f.Have no health or physical disability restrictions that interfere with the performance of assigned duties. g.Have proof of U.S. citizenship (certified copy of birth certificate or naturalization papers) or a valid U.S. Immigration form 1-151 and Alien Registration Card (green card) for each technician. No alien shall be allowed to perform under this agreement in violation of the Immigration Laws of the United States. 1.2.2 POINT OF CONTACT. The Contractor shall provide a name and telephone number of an individual to act as the representative to the contracting officer and the contracting officers representative (COR) within 10 calendar days prior to performance under this contract. The point of contact shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the primary point of contact. 1.2.3. AVAILABILITY. The Contractor shall provide a point of contact who shall be available Monday through Friday, 7 A.M. until 5 P.M. excluding federal holidays 1.2.5CONTINUITY OF SERVICES. The Contractor shall ensure that qualified backup technicians are available to provide coverage during scheduled and unscheduled absences to Optical Fabrication. 1.2.6. PERSONNEL REQUIREMENTS. 1.2.6.1. ENGLISH LANGUAGE REQUIREMENT. Personnel shall read, understand, speak, and write English fluently. 1.2.6.2. CRIMINAL BACKGROUND CHECK REQUIREMENT 1.2.6.2.1. The Government will conduct a criminal background checks using the procedures set forth in Department of Defense Instruction 1402.5 dated 19 January 1993. 1.2.6.2.2. With the consent of the Contracting Officer, contract optical technicians may provide contract services prior to completion of background checks. 1.2.6.2.3. Reserved. 1.2.6.2.4. Individuals who have previously received a background check shall provide to the Quality Assurance Evaluator proof of the check or obtain a new one. 1.2.7. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Personnel will be required to wear a MACH ID badge that is visibly seen on the outer garment. 1.2.8.CONFLICT OF INTEREST. The Contractor shall not employ any person who is an employee of the United States Government. 1.7. HEALTH REQUIREMENTS: 1.7.1. Contract personnel providing services under this contract shall receive a pre-employment physical examination prior to commencement of work and annually thereafter. Technicians shall report to their physician to receive a pre-employment examination and immunizations/shots prescribed by the MTF. 1.7.2. It is the contractor's responsibility to report (to the appropriate MTF staff member) all information necessary to assure hospital records can be maintained correctly, and therefore comply with the JCAHO, OSHA, and CDC health records requirement. 1.8. EMERGENCY. The MTF will provide emergency medical care for contract personnel for injuries occurring while on duty in the MTF. These services will be billed to the Contractor at the current full reimbursement rate. 1.9.HOURS OF OPERATION: 8:30 am - 4:30pm, Monday-Friday. One (1) hour for lunch. 1.9.1. FEDERAL HOLIDAYS. New Years Day - Jan 1 Martin Luther King's Birthday - Third Monday in January Presidents Birthday - Third Monday in February Memorial Day - Last Monday in May Independence Day - 4th of July Labor Day - First Monday in September Columbus Day - Second Monday in October Veterans Day - 11 November Thanksgiving Day - Fourth Thursday in November Christmas Day - 25th of December. 1.10. MEDICAL QUALITY ASSURANCE/RISK MANAGEMENT (QA/RM). 1.10.1. Technician shall participate in QA/RM activities to the extent required by the individual MTF QA/RM plan or regulation. 1.10.2. The Government will evaluate the technician's performance under this contract using quality assurance standards. Nothing in this paragraph precludes the Government from also conducting inspections under the Inspection of Services clause. 1.10. ORIENTATION. The Contractor shall ensure that all contract technicians participate in the MTF orientation procedures for newly assigned personnel. 1.11. PERFORMANCE ASSESSMENT. The government will evaluate the contractors performance under this contract using the method of surveillance specified in Technical Exhibit 1. All surveillance observations will be recorded by the government. When an observation indicates defective performance, the COR will obtain the contractors representatives initials on the record of the observation. 1.11.1. Performance Evaluation Meetings. The contractors manager may be required to meet periodically with the COR and contracting officer at the beginning of contract performance. Meetings will be scheduled as needed. The contractor may request meetings whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the contractors manager, contracting officer and COR. If the contractor does not concur with the minutes he shall state any areas of non-concurrence within 10 days of receipt of the signed minutes. 2.DEFINITIONS 2.1.GENERAL DEFINITIONS. As used throughout this work statement, the following terms shall have the meaning set forth below: CO Contracting Officer COR - Contracting Officers Representative DA - Department of the Army DOD - Department of Defense ER - Emergency Room FL - Form Letter FTE - Full Time Equivalent JCAHO - Joint Commission on Accreditation of Healthcare Organizations MTF - Medical Treatment Facility PAM - Pamphlet QA - Quality Assurance QC - Quality Control SF - Standard Form PWS Performance Work Statement MACH-Moncrief Army Community Hospital 3.GOVERNMENT FURNISHED PROPERTY AND SERVICES 3.1. GENERAL. The Government will provide the following equipment, supplies, and services listed below: 3.2. EQUIPMENT. The technician shall have shared use of all available equipment needed for performing services required by this contract. 3.2.2. PERSONAL PROTECTIVE EQUIPMENT (PPE). The Government will furnish technician with appropriate PPE when required. The Government will be responsible for any repair, cleaning and inventory required for the PPE. This does not include any type of uniform or laboratory coat. 3.3. FORMS. The MTF will provide required Government forms used in the performance of services. 4.CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1.GENERAL. Except for those items or services specifically stated in Section 3 to be Government furnished, the Contractor shall furnish everything required to perform this contract in accordance with all of its terms. 5.SPECIFIC TASKS Optical Technician 5.1. GENERAL. The contractor shall provide optical fabrication service for the Optical Fabrication Lab, located at Fort Jackson, South Carolina for a period October 1, 2010 through September 30, 2011, and three (3) Option years, if options are exercised. In order to meet the workload requirement, an estimated 18,000 spectacles must be fabricated per month. The major function and requirement of contractor provided technicians is to grind and polish lenses to prescription specifications and/or cut, edge, or mount lenses in frames. 5.2 SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE. Routine workload is scheduled by the MTF. Service may be performed in the Surfacing Section, Fabrication Section, and or Supply Requisitioning Section of the Optical Fabrication Laboratory to include the following: 1.Performs operation of ophthalmic machines in the Surfacing Section or Optical Fabrication Section where single-vision and multi-focal spectacles are fabricated and/or repaired on a production line basis. 2.Preparing and de-blocking of lens blocks for edger machines. 3.Select the proper size and shape of lab utensils. 4.Affixing lab utensils and blocked lens in place and operates a spherical surface hand grinder, automatic sphere polisher, and or automatic cylinder grinders and polisher to perform fining and polishing work. 5.Performs duties assisting trained optician in the dispensing of optical eyewear to nearly 60 Military Posts in nine states. Performs work involved in the assembly of spectacles. Select the proper type and thickness of lens blanks, and lays out single vision and multi focal lenses from lenses stock cabinets and supply area. Selects proper frame sizes and type from frame cabinets and supply area, places in proper optical trays for insertion of lenses. Return re-supply Cards when lens and frame stocks have reached reorder levels. 5.2.1.PROCEDURE GUIDANCE. The Contractor shall perform procedures compatible with the medical facility's operating capacity and equipment. 5.3. RECORDS. The Contractor shall be responsible for creating, maintaining, and disposing of only those Government required records which are specifically cited in this PWS or as may be required by the provisions of a mandatory directive listed in Section 6 of this PWS. If requested by the Government, the Contractor shall provide the original record or a reproducible copy of any such records within five working days of receipt of the request. 5.4. COMMUNICATION. The Contractor shall ensure contract technicians under his/her supervision maintain open and professional communication with members of the MTF. Complaints validated by the QAE and Chief, Optical Fabrication Lab, shall be reported in writing to the contract administrator and the Contractor for action. Failure of the Contractor to correct validated complaints raised by the MTF staff and the CO will be considered a failure to perform. 5.5. PERFORMANCE EVALUATION MEETINGS. The CO shall require the Contractor or his representative to meet with the COR, contract administrator, QAE, and other government personnel at least quarterly, and as often as deemed necessary. The Contractor may request a meeting with the COR when he deems such necessary. Meetings will be documented in the contract file with written minutes signed by the COR and the CO, or contract administrator. Should the Contractor not concur with the minutes, such non-concurrence shall be provided in writing to the CO within ten (10) calendar days of receipt of the minutes. 6.APPLICABLE PUBLICATIONS AND FORMS Publications and forms applicable to the performance work statement (PWS) are listed below. The documents have been coded as advisory or mandatory. The contractor is obligated to follow those coded as mandatory. Advisory is meant to be used for guidelines. Supplements and amendments to the publications are subject to change during the performance period. These publications are available in the MTF and maintained by the Government. Supplements or amendments to listed publications from any organizational level may be issued during the life of the contract. 6.1.1. MANDATORY: AR 40-1 - Composition, Mission and Function of the Army Medical Department. AR 40-2- Army medical Treatment Facilities and General Administration as currently amended. AR 40-3 - Medical Services - Medical, Dental and Veterinary Care. AR 40-68 - Quality Assurance Administration. AR 385-10- Army Safety Program. AR 305-40 - Army Accident Investigation and Reporting and Records HSC Reg. 600-3 - Personal General Off Duty Employment Public Law 91-596 - Occupational Safety and Health Administration. Joint Commission for Accreditation of Healthcare Organizations (JCAHO) Manual. 6.1.2. ADVISORY AR 310-25 - Dictionary of United States Army Terms. HSC Pam 40-17 - Emergency Medical Service Communication HSC Pam 310 - Index of Command Administrative publications. Required ServicePerformance StandardMaximum Allowable DeviationSurveillance methodAmount of Deduct per Instance over the Max Deviation Quality of Service PWS 5.1Perform operation of ophthalmic machines to grind and polish lenses to prescription specifications and/or cut, edge, or mount lenses in framesNoneObservationNone Performance of Personnel, Effectiveness in completing Tasks PWS 5.2Perform all work in accordance with applicable quality standards with minimal government oversight.None ObservationNone Schedule Technicians will be present Mondays thru Friday unless coordination is made with the Chief, Optical Lab ahead of time.3 Changes per monthObservationNone TECHNICAL EXHIBIT 1 PERFORMANCE ASSESSMENT PLAN THE SOLICITATION MUST BE QUOTED ALL OR NONE. The following FAR Clauses and provisions in their latest editions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial; The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition. FAR 52.212-2-Evaluation-The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, BEST VALUE. Evaluation factors of (1)Technical Capability and Qualifications-Offerors will be considered only from contractors who are licensed to perform services, documentation is required, capability of performing services in accordance with the PWS paragraph 1.2.1. Offeror shall indicate capability of performing services by noting technical qualifications in performing such services; (2) Past performance (offeror shall provide past contract information and point of contact); (3) Price (Total price for Base Period including Option Years). Technical Capability and Qualifications and past performance is more important when compared to price. The Government reserves the right to determine what constitutes approximately equal in technical capability. The Government reserves the right to evaluate offerors prices on the basis of price realism and will consider the offeror's price as an indication that they understand the scope of the Government's requirement. Given that FAR 52.217-8 provides that the Government may exercise the Option to Extend Services at the rates specified in the contract (i.e., the rates in effect when the Extension of Services option is exercised), for purposes of evaluating the Option to Extend Services, the Contracting Officer will consider the prices submitted for the base year and each option year, since those are the binding prices should the Option to Extend be exercised. FAR 52.212-3 Offeror Representations and Certifications&Commercial Items, 52.212-4 Addendum paragraph, Reporting Manpower Data Elements, 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 to include the provisions of 52.219-6, 52.225-1, 52.225-3; Buy America Act-Free Trade Agreements- Israeli Trade Act (Jan 2005)(41 U.S.C 3301 note, 19 U.S.C.212 note, Pub. L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (JAN 2004); 252.7004-7004 Alt A, 52.217-4, Evaluation of Options Exercised at Time of Contract Award, Required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. FAR 52.232-18 Availability of Funds, FAR 52.217-8 Option to Extend Services, to include 6 months extension; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.237-3 Continuity of Services; FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.225-1 Buy American Act, FAR 52.239-1 Privacy or Security Safeguards, FAR 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to J. Odessa White via fax at (706) 787-6573 or e-mail: jacquetta.white@us.army.mil by September 15, 2010 4:00 p.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV10T0190/listing.html)
 
Place of Performance
Address: Moncrief Army Community Hospital BLDG 4500 Stuart Street Fort Jackson SC
Zip Code: 29207-5720
 
Record
SN02273562-W 20100910/100909000331-9ff53b1adbdaeee3c8f124e9eb12ba47 (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.