SOLICITATION NOTICE
Q -- Optical Fabrication services for Moncrief Army Community Hospital, Fort Jackson SC 29207-5720. Period of Performance: 1 Oct 05-30 Sep 06
- Notice Date
- 8/27/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV-05-T-0191
- Response Due
- 9/6/2005
- Archive Date
- 11/5/2005
- Point of Contact
- Ana Maria Boner, 706-787-7570
- E-Mail Address
-
Southeast Regional Contracting Office
(anamaria.boner@se.amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- For a copy of the solicitation email: anamaria.boner@se.amedd,army mil Performance Base Work Statement SECTION 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 (MACH), also referred to as the medical treatment facility (MTF) herein. Contrac tor 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 g overnments requirement. Performance shall be according to the requirements contained in this Performance Base Work Statement (PBWS). 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 un der 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 that shall be available Monday through Friday, 7 A.M. until 5 P.M. excluding federal holidays. 1.2.5 CONTINUITY 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. Reserved. 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 examinatio n 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: 7:30 am - 4:30pm, Monday-Friday. One (1) hour for lunch. 1.10. 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 1.10.1. Military time is on a 24-hour clock, i.e. 8:00 AM - 0800 NOON - 1200 1:00 PM - l300 8:00 PM - 2000 MIDNIGHT - 2400 12:01 AM - 0001 1.10.2. Military Date(s) are written by placing the day of the month followed by the first three letters of the month followed by the last two digits of the year, i.e. September 3, 2001 - 03 Sep 01 October 10, 1996 - 10 Oct 96 1.12. PROFESSIONAL LIABILITY RESPONSIBILITY, AND PROCEDURES. 1.12.1. Reserved. 1.13. RESERVED 1.13.1. CLAIMS PROCEDURES. If any suit or action is filed or any claim is made against the technician, which occurred as a result of work performed by the technician under this contract, the technician shall: 1.13.2. Immediately notify the CO and promptly furnish copies of all pertinent papers received; 1.13.3. Cooperate with the Government, without further compensation, in the processing, review, settlement or defense of the suit, action or claim; and, 1.13.4. Authorize Government representatives to settle or defend the claim and to represent the technician in, or take charge of, any litigation involved in such an action. The technician may, at its own expense, participate in defense of such claim or l itigation. 1.14. MEDICAL QUALITY ASSURANCE/RISK MANAGEMENT (QA/RM). 1.14.1. Technician shall participate in QA/RM activities to the extent required by the individual MTF QA/RM plan or regulation. 1.14.2. The Government will evaluate the technician's performance under this contract using quality assurance standards. 1.15. ORIENTATION. The Contractor shall ensure that all contract technicians participate in the MTF orientation procedures for newly assigned personnel. SECTION C-2 DEFINITIONS 2.1. GENERAL DEFINITIONS. As used throughout this work statement, the following terms shall have the meaning set forth below: 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 SECTION C-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 uni form or laboratory coat. 3.3. FORMS. The MTF will provide required Government forms used in the performance of services. SECTION C-4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1. GENERAL. Except for those items or services specifically stated in Section C-3 to be Government furnished, the Contractor shall furnish everything required to perform this c ontract in accordance with all of its terms. SECTION C-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, 2005 through September 30, 2006. In order to meet the workload requirement, at least (4) technicians to include a supervisor for the service technicians will be provided. The major function and requirement of contractor provided technicians is to grind and polish lenses to prescription s pecifications 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 La boratory 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 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 cabine ts 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 PERFORMANCE MEASURES. The contractor shall adhere to Optical Fabrication standards for production and turn-around times, i.e. 400 pairs will be produced per month per technician. A weighted scale will be used for calculating production standard fo r technicians, surface work and other work requiring extra labor, i.e. to determine who counts against the workload. Contractor must adhere to following published priority standards: 1. Same day turn-around when feasible for grounded pilots, deploying forces and for trainees and standard single-vision work. 2. One day turn-around for standard single-vision work. 3. Three day turn-around for multi-vision standard work 5.2.2. 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 PBWS or as may be required by the provisions of a mandatory directive listed in Secti on C-6 of this PBWS. 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 i n 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 CO, contract administrator, QAE, and other government personnel at least quarterly, and as often as deemed necessary. The Contractor may reque st a meeting with the CO when he deems such necessary. Meetings will be documented in the contract file with written minutes signed by the contract manager 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. SECTION C-6 APPLICABLE PUBLICATIONS AND FORMS Publications and forms applicable to the performance base work statement (PBWS) 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 gu idelines. 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 organiza tional level may be issued during the life of the contract. The Contractor shall immediately implement those changes in publications that result in a decrease or no change in the price and notify the Contracting Officer (CO) in writing of such change. 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 and HSC Supplement 1 June 84. 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. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA08/W91YTV-05-T-0191/listing.html)
- Place of Performance
- Address: MONCRIEF ARMY COMMUNITY HOSPITAL BLDG 4500 STUART ST FORT JACKSON SC
- Zip Code: 29207-5720
- Country: US
- Zip Code: 29207-5720
- Record
- SN00881357-F 20050829/050827211733 (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 |