Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

65 -- 3 year cont4ract for Prescription Safety Eyewear

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883611T0032
 
Response Due
12/14/2010
 
Archive Date
12/29/2010
 
Point of Contact
venita harmon 904-542-1229
 
E-Mail Address
VENITA.HARMON@NAVY.MIL
(VENITA.HARMON@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-11-T-0032 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 621320 and the business size standard is 7 MIL Fleet Contracting Center, Naval Air Station Jacksonville Fl intends to purchase on a full and open competitive basis the following line items. This procurement is set a side for small business PRESCRIPTION SAFETY EYEWEAR (PSE) VENDOR CONTRACT STATEMENT OF WORK (SOW) General. Title:PRODUCTS AND SERVICES TO BE RENDERED BY PROSPECTIVE PSE VENDOR TO FLEET READINESS CENTER SOUTHEAST (FRCSE) 1. SCOPE This SOW defines the effort required for the services of fitting, dispensing, adjusting, repair of PSE, and the provision of repair parts for same to the workforce. 1.1 Background The Sight Conservation Program at FRCSE exists based on higher level instructions requiring same as noted in paragraph 2 below. The intent of the program is to protect worker vision in a variety of sight-hazardous areas or operations at the facility and at remote locations. This SOW will provide PSE for FRCSE personnel located in the greater Jacksonville/NE Florida area and Beaufort, SC. FRCSE employees at remote locations in other states have their PSE needs addressed by a local purchase program that incorporates reimbursements for their expenditures via Direct Deposit. 2. APPLICABLE DOCUMENTS 2.1 Specifications American National Standards Institute (ANSI) Z87.1-1989 (or latest edition), "Practice for Occupational and Educational Eye and Face Protection" 2.2 Standards 29 CFR 1910.133, "Eye and Face Protection" 2.3 Other documents. OPNAVINST 5100.23G, Navy Occupational Safety and Health Program Manual, Chapter 19, "Sight Conservation" 2.5 Availability of Documents 1. ANSI: available directly from ANSI 2. OSHA: available from the Government Printing Office (GPO) 3. OPNAVINST 5100.23G Chapter 19 (copy attached) 3. REQUIREMENTS The vendor shall fulfill or otherwise conform to all of the requirements of this paragraph as stated herein and below. Where special situations arise, the Safety Eyewear Coordinator (SEC), the Sight Conservation Program Manager (SCPM), or the FRCSE OSH Director shall be consulted in that order, for guidance. 3.1. A broad selection (at least 12 different styles) of plastic and metal ANSI Z87-compliant frames shall be made available to employees as standard FRCSE PSE selections. 3.2. Provide all necessary frame selection and fitting services on site at FRCSE via at a minimum, a licensed optician or other fully qualified person according to the laws of the State of Florida. Fittings shall be conducted at a designated location within FRCSE a minimum of once every two weeks. 3.3. Provide manufacturer warranty coverage for a minimum of one year for eyewear dispensed under this contract. 3.4. All eyewear shall be furnished with permanently attached sideshields. In the case of metal frames, sideshields shall be riveted to temple pieces; plastic frames shall have sideshields cemented to the temple pieces, or an alternative attachment method may be used for either which meets or exceeds the above specification. 3.5. All PSE dispensed shall (1) have a two-character code etched on the inside of at least one of the temple pieces, and the code shall be completely legible with the sideshields installed. If the temple pieces are too small to allow etching, the bridge or frame may be used. As a last resort, the sideshields may be etched. The first character shall be a letter, A through L, to designate the month, and the second, a number, to designate the last digit of the year. Together, these will indicate the approximate date of manufacture of the PSE, and (2) all necessary adjustments to ensure employee satisfaction with PSE shall be performed as soon as possible following dispensing. 3.6. Provide comprehensive repair capability at the contractor's facility including a full line of replacement parts either on hand or obtainable within a reasonable period of time from the eyewear manufacturer(s), including sideshields, for all styles of eyewear dispensed. 3.7. Provide comprehensive repair services, including parts, on-site at FRCSE a minimum of once every two weeks. Weekly repair availability sessions at the customer's location may be conducted concurrently with fittings. 3.8. Provide courier "runner" service between the vendor's facility and the FRCSE OSH office for urgently needed repairs up to twice per day. 3.9. Pricing of complete sets of PSE to the FRCSE shall be based on plain plastic lenses for best durability in the industrial environment and shall be structured on the following schedule: Single vision:$35.00DD35 (wider trifocal): $144.00 Bifocal:$55.00 Frames range from $20-$45.00 Trifocal: $64.00 DS Bifocal: $115.00 Costs above those shown are to be borne by the employee. 3.10. Offer generally available optional eyewear features available to employees for their PSE to be paid at their own expense above and beyond the maximums given in item 3.9. All options shall be paid for in full in advance by the employee directly to the vendor's representative at the time of PSE order. 3.11. Billing shall be made directly to and paid through Wide Area Workflow. 3.12. Employees already in possession of PSE which is still serviceable for whom a prescription change has occurred shall only be authorized replacement lenses. Any optional features for replacement lenses shall be paid for in full in advance by the employee directly to the vendor's representative at the time of order placement. No frames shall be arbitrarily replaced due to style, color, etc. 3.13. Only employees who present a properly validated PSE requisition from the OSH office shall be entitled to place an order with the vendor. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: śadditionally, the Government will accept the contractor ™s commercial warranty. ť Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 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); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.211-7003 Item Identification and Valuations Jan 2004), (252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company ™s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 9:00 a.m. DEC 14, 2010. Quotations must be in writing and may be faxed or emailed to the following. Attn Venita K Harmon, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Jacksonville FL 32212. Fax 904-542-1111 Telephone 904-542-1229. Email address: Venita.harmon@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e430943747d978f4bddb2d78cf33bc3f)
 
Record
SN02334576-W 20101201/101129234006-e430943747d978f4bddb2d78cf33bc3f (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.