Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
DOCUMENT

Q -- Eyeglasses Procurement SAO East - Attachment

Notice Date
5/1/2012
 
Notice Type
Attachment
 
NAICS
446130 — Optical Goods Stores
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Organization (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24012R0100
 
Response Due
5/15/2012
 
Archive Date
5/30/2012
 
Point of Contact
Eric Santoyo
 
E-Mail Address
5-5436<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This procurement is set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). The Department of Veterans Affairs (VA) Service Area Office - East (SAO East) is seeking one or more SDVOSBs with the capability to provide prescription eyeglasses and optician services to veteran beneficiaries of Network Contracting Offices (NCO) 1, 3, 4, 6, and 8. The SAO East will be requiring service at the following locations: NCO 1: VA Connecticut Healthcare System, VA Boston Healthcare System, Bedford VA Medical Center (VAMC), VA Central Western Massachusetts Healthcare System, Manchester VAMC, Providence VAMC, White River Junction VAMC; NCO 3: VA New York Harbor Healthcare System, Bronx VAMC, VA Hudson Valley Healthcare System, VA New Jersey Healthcare System, Northport VAMC; NCO 4: Altoona VAMC, VA Butler Healthcare System, Clarksburg VAMC, Coatesville VAMC, Erie VAMC, Lebanon VAMC, Philadelphia VAMC, VA Pittsburgh Healthcare System, Wilkes-Barre VAMC, Wilmington VAMC; NCO 6: Asheville VAMC, Beckley VAMC, Durham VAMC, Fayetteville VAMC, Hampton VAMC, Richmond VAMC, Salem VAMC, Salisbury VAMC; NCO 8: Bay Pines VA Healthcare System, Tampa VAMC, Miami VA Healthcare System; and multiple associated outpatient clinic locations within the eastern region (please see attached eastern region map). The government intends to award one or more firm fixed price indefinite-delivery, indefinite-quantity contract(s), with a base year plus four one-year option periods. The quantity of individual orders for this service is estimated at 310,000 pairs of prescription eyeglasses per year for this region. The unit price for a single pair of prescription eyeglasses must be "All-Inclusive" for parts, materials, labor, and services. This includes fabrication, assembly, shipping, handling, multiple fittings, adjustments, and eyeglass cases, and includes the following lenses, lens treatments and frames: Lenses: a.All lenses shall be fabricated and provided in accordance with the standards set forth in the current edition of American National Standards Institute for Ophthalmic Lenses - Recommendation ANSI Z80.1, 2005 Edition. All ophthalmic lenses shall be in accordance with Food and Drug Administration (FDA) Regulation (2) CFR, Parts 3 and 4 for impact resistance, unless otherwise specified in the order. All ophthalmic lenses (glass or plastic) shall be chemically strengthened for impact resistance and chemically coated for scratch resistance. All glass and plastic ophthalmic lenses shall be corrected curved lenses. Ophthalmic lenses with cylinder power of less than 1.5D or greater than 1.5D shall be fabricated in minus cylinder form, unless positive cylinder form is specified in the order. b.Single Vision Lenses. Lenses shall be available in glass, plastic or polycarbonate and need certain hi-index, i.e. 1.65. Construction of single vision lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Clear, framed lenses and oversized blanks shall be available. For single vision patients, suitable pieces of broken lenses can be used for fabricating blank/plano lens. c.Bifocal Lenses. Lenses shall be available in glass, plastic or polycarbonate and hi-index. Construction of bifocal lenses shall include spheres, plano-cylinders, and sphero-cylinders in all powers. Add +0.50 to +4.00D. Clear, framed lenses and oversized blanks shall be available. Lenses shall be available in glass with flattop, executive and round segments, and polycarbonate with flattop segments. d.Trifocal Lenses. Lenses shall be available in glass, plastic or polycarbonate. Construction of trifocal lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Add +1.50 to +4.00D, 50% intermediate power. Clear, framed lenses and oversized blanks shall be available. Lenses shall be available in glass with flattop, executive and round segments and polycarbonate with flattop segments. e.No-Line Bifocal (Progressive) Lenses. Lenses shall be available in glass, plastic or polycarbonate. Construction of no-line bifocal lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Add +0.50 to +4.00D. Clear, framed lenses and oversized blanks shall be available. For monocular patients, the balance lenses shall be of approximate equal power and of same material. f.Special lens designs. The contractor shall provide any special lens design. Special lenses shall be available in opaque, frosted or black, balanced lens, prismatic lens, cataract lens, aspheric lens, transition lens, slab-off prism and photogrey. These requirements will be specified by the Government on the prescription/order. Frames: a.All frames shall be fabricated in accordance with the current edition of the American National Standards Institute Requirements for Dress Ophthalmic Frames ANSI Z80.5, 2004 Edition. All items provided by the contractor shall be new. The contractor shall provide completely assembled eyeglass frames placed in standard alignment and include mounting of lenses. b.Contractor shall only provide frames fabricated in the United States, in compliance with the Buy American Act regulating the purchase of domestic end products. c.Upon contract award, the contractor shall provide a minimum of one free sample frame kit to each medical center and eye clinic in each available size combination and color of each men's, women's and unisex standard and safety frames to allow for different eye sizes, bridge sizes, temples and colors. A minimum of one sample kit shall be provided to each participating VAMC and associated clinic under the terms of this contract; however, some facilities include multiple eye lanes and will necessarily require additional kits. At the time of post-award meeting, the contractor will be informed of any additional sample kits required per facility. New frame samples shall be provided with each contract renewal at no charge. There will be no charge for those frames not returned to the contractor during or at the end of the contract. d.Metal frame samples shall include both adjustable nose pads and fixed bridges. New frame samples shall be submitted prior to each contract renewal. These frames must be approved by the VA prior to contract performance. Any proposed substitutes for or changes to the approved frames must be approved in writing by the contracting officer's representative (COR). Upon contract award and upon COR written approval of the submitted frames, the contractor shall provide two sample kits and two display cases for each facility and associated clinic at no charge. e.Each month, the contractor shall provide a listing of available frames, sizes, and colors to the COR. f.The contractor shall maintain an adequate inventory of all items covered by this solicitation and shall provide a similar or equal item if stock is not immediately available or in case of emergency. The contractor will work with their suppliers to ensure stock is maintained at all times and no undue delays are incurred. Any substitute items shall be approved by the COR. The contractor shall be staffed and stocked to render prompt service and shall be equipped and trained to render satisfactory and courteous service at all times to the veteran beneficiaries. Eyeglass Cases: One eyeglass case shall be provided at no additional cost to the Government with each pair of eyeglasses furnished. Eyeglass cases shall be the sliding style or snap style - at the discretion of the beneficiary. Optician Services: The contractor may be provided a space within any VAMC or Outpatient Clinic electing to provide space for an Optical Shop who have an established Eye Clinic to measure and fit eligible Veterans entitled to government provided eyewear. The measuring and fitting of eyeglasses should occur in the designated optical room or area. This space may be located within or proximal to current eye clinic space or at another location to be determined by the facility. Provision of space for an Optical Shop is not contingent upon any VCS Retail Sales agreements. There is no minimum guarantee of provision of any space for Optical Shop(s) and this is solely at the discretion of each facility's space availability and need for dispensing opticians. The contractor shall supply a certified optician with appropriate ophthalmic dispensary training to each VAMC electing to provide space for an Optical Shop, for the purpose of measuring and fitting of all Veteran patient prescriptions provided by the VAMC Optometry or Ophthalmology clinics. All contractor opticians shall hold current certification from the American Board of Opticianry (ABOC certified).The certified optician must be able to verify eyeglass prescription specifications provided by the VAMC providers as indicated here. Opticians will also be responsible for minor repairs and adjustments (i.e. replacing a missing screw, repairing broken frames, etc.) and shall have a small stock of spare parts to perform such minor repairs. When an optician is selected by the contractor, the facility - with the contracting officer and COR - will have discretion on the selected optician regarding the person having suitable experience and qualifications to meet the workload at the location. The VAMC must concur with selection of the contract optician, and the optician must successfully complete the contractor and VA background requirements, new employee orientation to VA procedures, and mandatory training requirements. If any of these areas are deficient, the contract optician will be unable to work at the VA location Facilities are not required to have contract optician services. Delivery: The contractor shall provide finished product within seven (7) calendar days of receipt of prescription. This is a salient requirement, and is not flexible. Solicitation documents will be available on or about June 1, 2012. All pertinent information regarding this solicitation will be posted on the Feb Biz Opps. website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12bfc0effcd79d30f17d10b4748991ca)
 
Document(s)
Attachment
 
File Name: VA240-12-R-0100 SAO EAST MAP.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332329&FileName=VA240-12-R-0100-000.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=332329&FileName=VA240-12-R-0100-000.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02735609-W 20120503/120501235506-12bfc0effcd79d30f17d10b4748991ca (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.