Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

R -- Research Consultant

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00259 34800 Bob Wison Drive Suite 1800 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025906T0169
 
Response Due
8/16/2006
 
Archive Date
9/15/2006
 
Description
This is a combined synopsis/solicitation for a services contract, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-06-T-0169 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS)Code for this acquisition is 611310. This procurement is a small business set aside. Quotations are due on or before 16 August 2006, 10:00 AM.Pacific Standard Time to be considered responsive. CLIN 0001: Non Personal Services Research Consultant QTY: 200 Unit of Issue: HR $_________________. Contractor must be registered in the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items,when submitting a proposal. The website address is http://www.arnet.gov. SCOPE OF WORK STATEMENT OF WORK RESEARCH CONSULTANT Ophthalmology Department PRK Program 1. SCOPE OF WORK This is a non-personal service contract for a Research Consultant who provides research consultation services concerning the use of wavefront, corneal topography and visual performance technology for the evaluation of refractive surgery subjects to develop a quality of vision metric appropriate to the operational environment. The work will be performed primarily at the College of Optometry, Northeastern State University, Tahlequah, Oklahoma. 2. HOURS The contractor shall be available for consultation as needed during normal business hours: Monday through Friday from 0800 to 1200 PST. The contractor shall use his/her best reasonable efforts to agree to an extension of these hours, as necessary, to ensure research deadlines are met. With reasonable advance notice, the contractor will be available for meetings concerning the development of ocular wavefront and corneal topography testing and visual performance technology for use in the Navy. The total number of working hours in a 1-year contract will be for a maximum of 200. Working hours and performance will be verified by the Director or the Research Director, Refractive Surgery Center, Naval Medical Center San Diego. 3. DUTIES The Research Consultant will provide expert guidance in the area of clinical ocular wavefront and corneal topographic testing as well as assist in the development and refining of methods to: Determine the relationship of objective measures of ocular wavefront measures to visual performance. Determine improved means of analyzing corneal topographic data to develop metrics of optical quality (e.g. effective optical zone, PSF, MTF, etc). Determine the relationship of corneal topographic metrics to visual performance. Determine best statistical methods for handling individual and aggregate data. Determine best methods for comparing data generated wavefront and corneal topographic measurement systems. Determine best methods for comparing data across surgical modalities designed to minimize the optical aberrations of the eye. Determine to what extent ocular wavefront and corneal topographic measurements can assess the quality of vision after refractive surgery. 4. REQUIREMENTS Requires PhD relevant to visual science or attainment of a position commensurate with advanced experience in visual science (e.g. Professor of Vision Science) Must be recognized and published authority in the field of ocular wavefront and corneal topography technology and its application in the area of refractive surgery. Must be currently engaged in ocular wavefront and corneal topography research. Ability to communicate orally and in writing using universal English. The contractor shall comply with the medical staff rules, regulations and bylaws related to research and clinical practice as promulgated by the Medical Treatment Facility Commander and the nationwide standards of practice for ophthalmology and refractive surgery. The contractor shall make no use of any Government facilities or other Government property in connection with outside employment. All financial, statistical, personnel, and technical data which is marked as "CONFIDENTIAL" and furnished, produced or otherwise available to the contractor during the performance of this contract are considered confidential business information' and shall not be used for purposes other than performance of work under this contract nor be released by the contractor without prior written consent of the COR. The provisions of this paragraph shall not apply to information which at the time of receipt: Is generally available to the public or thereafter enters the public domain through no fault of NSU; or Was independently known prior to receipt thereof or was discovered independently by an employee of NSU who had no access to the disclosed information; or Was made available to NSU as a matter of right by a third party. 5. FAILURE TO PERFORM Should the contractor be unable to perform duties under this contract due to medical or physical disability for more than 13 consecutive days performance under this contract may be suspended by the contracting officer until such medical or physical disability is resolved. In addition performance may be suspended by the Government because of questions concerning competency, ethics, or conduct,or until such questions concerning competency, ethics, or conduct have been resolved. If performance under the contract is so suspended, no compensation or reimbursement shall accrue to the contractor so long as performance is suspended. END The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-11. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offerors-Commercial Item (JAN 2005) 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2005) 52.212-4 Contract Terms and Conditions--Commercial Items (OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, (JUL 2005) 52.222-3 Convict Labor , (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUN 2004) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity, (APR 2002) 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans (DEC 2001) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2005) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (JAN 2004) 52.212-2, Evaluation ? Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: This award will be based on PRICE. Prior to Contract Award, the government reserves the right to review the brochures provided for the purpose of ascertaining their technical capability. All responsible sources may submit a quote which shall be considered. All interested bidders must submit quotation to Jose G. Juarez, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134 or by e-mail to jgjuarez@nmcsd.med.navy.mil on or before 16 August 2006, 10:00 AM. Pacific Standard Time to be considered responsive.
 
Record
SN01110649-W 20060811/060809221728 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.