Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

Q -- OPTOMETRIST TO PROVIDE EYE EXAMINATIONS AND SERVICES

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-03-R-CG01
 
Response Due
4/25/2003
 
Archive Date
3/12/2004
 
Point of Contact
Gregory Carter, Contract Specialist, Phone 202-767-6746, Fax 202-767-6197, - Gregory Carter, Contract Specialist, Phone 202-767-6746, Fax 202-767-6197,
 
E-Mail Address
gcarter@contracts.nrl.navy.mil, gcarter@contracts.nrl.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 Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-03-R-CG01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 01-12 and DFARS Change Notice 20030301. Furthermore, this acquisition is a 100% set-aside for small business. The associated NAICS code is 621320 and small business size standard is $6.0 million. The Naval Research Laboratory, NRL, has a requirement for an optometrist to provide eye examinations and services relative to the sight conservation program administered by the Safety Branch, Research and Development Division. The required services are as follows: CLIN0001-The contractor shall provide optometrical support for the employees of the Naval Research Laboratory; CLIN0001AA-- The contractor shall perform refractions, including furnishing prescriptions on government or optical company furnished frames; CLIN0001AB-- The contractor shall perform fitting of new glasses, and verification of prescription and frame requirements; CLIN0001AC-- The contractor shall perform repairs, adjustments, and previously issued glasses, miscellaneous service; CLIN0001AD-- The contractor shall perform glaucoma examinations and ocular health check; and CLIN0002-Reports and Data in accordance with the required Specifications. The proposal shall include a fixed unit price for the services rendered in each Subclin of CLIN 0001. Description of Requirements: The contractor shall provide refracting and fitting services on-site at the Naval Research Laboratory in a room provided for these purposes. The services shall be provided between the hours of 8:00 AM to 4:00 PM on Wednesday of each week and lunch shall not exceed one hour per day. In the event the contractor is unable to provide services on Wednesday, rescheduling must be coordinated with the authorized government representative. The contractor shall be capable of performing at least (12) refractions, which include glaucoma examinations and ocular health checks, and at least twelve (12) fittings, but not more than eighteen (18) refractions and twenty-eight (28) fittings per day. Each refraction shall entitle the contractor to be paid for one (1) fitting including adjustments for 90 days, if a prescription is required for the patient. Within three (3) months of the initial eye examination, the patient shall be entitled to re-examination by the contractor at no additional cost to NRL. If three (3) months have lapsed since the initial examination, the contractor shall be paid for a new examination and fitting. The contractor shall insert replacement lenses, repair frames, complete forms necessary to forward Rx's written by another doctor to the government contractor responsible for providing the glasses, and complete Rx's based on current records when employee's glasses have been lost or destroyed. In addition, the contractor shall complete the top portion of the patient safety eyeglass program worksheet. NRL shall furnish the optometrist the necessary forms, equipment, and facilities to perform the necessary examinations and services. The contractor shall provide an on-site labor report by the 5th workday of each month for the preceding month. The report must include the reporting period, contract number, contract value, current funding, and date submitted. The report must also state employee names and number of hours worked on-site at NRL. NRL will furnish the optometrist with frames and lenses. The contractor shall be licensed by the American Optometric Association or the American Society of Ophthalmology. Proof that the contractor personnel are licensed shall be provided in the proposal submitted in response to this synopsis/solicitation. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at FAR 52.212-2,Evaluation--Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The specific evaluation criteria under paragraph (a) of FAR 52.212-2 is (1) technical capability of the item offered to meet the Government requirement; (2) price; and (3) past performance. Technical and past performance, when combined, are of equal importance compared to price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items., which are available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The addenda to the clause are 1.) The government intends to award an Indefinite Delivery Indefinite Quantity type contract with firm fixed price orders. The minimum quantity that will be ordered by the Government during the effective period of the contract will be at least $6,000. The maximum quantity that the Government may order during the effective period of the contract will not exceed the total maximum Firm Fixed Price of $125,000. The minimum and maximum quantities may consist of any combination of the tasks contained in the statement of work. To further define the way that the orders will be issued, the government will issue each order with fixed unit prices. The total firm fixed price for each SubCLIN will be adjusted to reflect the actual number of services rendered upon completion of each order. The period of performance for which delivery orders can be placed is from the date of contract award through 60 months. Delivery and acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C. 20375, FOB Destination. Performance shall begin no later than 7 days from date of award. 2.) REQUIREMENTS FOR ON-SITE CONTRACTORS - For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 October 2002 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/home.htm. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-06 Restrictions on Subcontractor Sales to the Government, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13 Restrictions on Certain Foreign Purchasesand, and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable:252.225-7001 Buy American Act and Balance of Payments Program and 252.225-7012 Preference for Certain Domestic Commodities. The following additional FAR clauses apply: 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity and 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity. The following DFARs clauses apply: 252.204-7004 Required Central Contractor Registration, 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card, and 252.243-7002 Requests for Equitable Adjustment. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the closing date of this solicitation. An original and three (3) copies of the offeror's proposal shall be received on or before 4:00 P.M. local time, April 11, 2003 at the Naval Research Laboratory, Attn: Contracting Officer, Bldg. 222, Room 115, 4555 Overlook Ave. S.W., Washington, D.C. 20375-5326. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact listed below. Note 1.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/ONR/N00173/N00173-03-R-CG01/listing.html)
 
Place of Performance
Address: NRL
 
Record
SN00279356-F 20030315/030313222026 (fbodaily.com)
 
Source
FedBizOpps.gov 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.