Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

Q -- EYE EXAMINATION/SAFETY GLASSES

Notice Date
3/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-Q-0012
 
Archive Date
7/30/2012
 
Point of Contact
Gladys Y. Morales, Phone: 717-770-4281, Julie A Metzger, Phone: 717-770-6243
 
E-Mail Address
gladys.morales@dla.mil, julie.metzger@dla.mil
(gladys.morales@dla.mil, julie.metzger@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Distribution Susquehanna and DLA Distribution Installation Support at New Cumberland, PA have a requirement for eye examinations and safety glass prescription services. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0012. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-57 effective 15 Mar Jan 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120312 (Effective 12 Mar 2012) Edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-31. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 621320 and the small business size standard is $7.0 million. The period of performance will be 01 May, 2012 through 30 April, 2013 Description of Services: Contractor shall provide eye examinations and safety glass prescription services for DLA Distribution Susquehanna and DLA Distribution Installation Support as follows: 1. Glasses shall comply with both the American National Standards Institute Regulation (ANSI Z87 1-1989), Practice for Occupational and Educational Eye and Face Production and any subsequent revisions to the Code of Federal Regulations (CFR) 29 CFR part 1910.133. 2. All glasses shall have permanently secure side shields, unless otherwise specified. 3. Supervisors of eye hazardous areas shall complete the top portion of the "Request for Purchase of Safety Glasses" (see attachment 1) and shall submit to the Safety Office for approval and/or disapproval. Approved forms indicating the type of glasses required shall be processed and presented to the eye physician by the employee as authorization for services. 4. The examining eye doctor shall be responsible for complete accuracy in conducting the eye examination and type of glasses required at no cost to the Government. 5. The contractor shall preform all necessary testing and adjustments prior to issuance of glasses to the employee. 6. All contractors shall have offices that are within a 15 to 20 mile radius of New Cumberland, PA. CLIN 0001 - DLA Distribution Employees Eye examinations: Estimate 125 each @ $__________ = $_____________ - Standard eye exam for corrective lenses only. No nonprescription (Plano) lenses are provided. - Glaucoma or other specialized tests are extra and shall be paid by the employee. - Special tints are NOT permitted unless required by an existing medical condition verified by the eye doctor and in writing, and subject to concurrence by the Safety Officer. - Examination appointments are made by the employee's supervisor. Provide glasses with metal plastic frames: - Contractor shall have available a minimum of four (4) types of metal and six (6) types of plastic frames for both men and women to accommodate lens/eye sizes 46 thru 56. - Contractor shall have glasses finished within five (5) calendar days after exam. - Each employee shall be responsible for scheduling individual fittings and re-fittings. Single Vision - Estimate 17 each @ $_________ = $______________ Executive Top Bifocal - Estimate 20 each @ $_________ = $______________ Standard Bifocal - Estimate 10 each @ $_________ = $______________ Executive Double Bifocal - Estimate 4 each @ $_________ = $_____________ Standard Top Double Bifocal - Estimate 4 each @ $_________ = $____________ Executive Trifocal - Estimate 3 each @ $_________ = $______________ Standard Trifocal - Estimate 3 each @ $_________ = $______________ Minor repairs to glasses - Estimate 5 repairs @ $_________ = $_____________ - Repairs shall be completed within two (2) working days of receipt of glasses (e.g. replace screws, adjust glasses, etc.). Major repairs to glasses: - Repairs shall be completed within ten (10) calendar days of receipt of glasses. - Each refers to a single lens. Replace temples, include side shields - Estimate 5 each @ $_________ = $______________ Replace single lens - Estimate 5 each @ $_________ = $______________ Replace bifocal lens - Estimate 5 each @ $_________ = $______________ Replace double bifocal - Estimate 3 each @ $_________ = $_____________ Replace trifocal lens - Estimate 3 each @ $_________ = $______________ Replace frames (front) - Estimate 3 each @ $_________ = $______________ Replace side shields on ones that are not present - Estimate 5 each @ $_________ = $______________ Furnish and install lenses in Government provided SPECTACLE KIT frames, which are used with firefighting apparatus, hazardous material response team and other wearers for full face respirators. Anti-reflective coating on glasses - Estimate 3 each @ $_________ each = $______________ -At the recommendation of the doctor and subject to concurrence by the Safety Officer prior to issue. Surcharge for polycarbonate - Estimate 1 each @ $_________ each = $______________ ESTIMATED TOTAL AMOUNT FOR CLIN 0001 = $________________________ CLIN 0002 - DLA Distribution Installation Support employees: Estimate 100 eye examinations each @ $_________ each = $______________ - Standard eye exam for corrective lenses only. No nonprescription (Plano) lenses are provided. - Glaucoma or other specialized tests are extra and shall be paid by the employee. - Special tints are NOT permitted unless required by an existing medical condition verified by the eye doctor and in writing, and subject to concurrence by the Safety Officer. - Examination appointments are made by the employees' supervisor. Provide glasses with metal plastic frames: - Contractor shall have available a minimum of four (4) types of metal and six (6) types of plastic frames for both men and women to accommodate lens/eye sizes 46 thru 56. - Contractor shall have glasses finished within five (5) calendar days after exam. - Each employee shall be responsible for scheduling individual fitting and re-fitting. Single Vision - Estimate 17 each @ $_________ = $___________ Executive Top Bifocal - Estimate 20 each @ $_________ = $__________ Standard Bifocal - Estimate 10 each @ $__________ = $___________ Executive Double Bifocal - Estimate 4 each @ $_________ = $________ Standard Top Double Bifocal - Estimate 4 each @ $________ = $________ Executive Trifocal - Estimate 3 each @ $________ = $_________ Standard Trifocal - Estimate 3 each @ $_________ = $_________ Minor repairs to glasses - Estimate 10 each @ $________ = $_________ - Repairs shall be completed within two (2) working days of receipt of glasses (e.g. replace screws, adjust glasses, etc.) Major repairs to glasses: - Repairs shall be completed within ten (10) calendar days of receipt of glasses. - Each refers to a single lens Replace temples, include side shields - Estimate 5 each @ $_________ = $__________ Replace single lens - Estimate 5 each @ $___________ = $__________ Replace bifocal lens - Estimate 5 each @ $_________ = $__________ Replace double bifocal - Estimate 3 each @ $_________ = $_________ Replace trifocal lens - Estimate 3 each @ $__________ = $__________ Replace frames (front) - Estimate 3 each @ $_________ = $__________ Replace side shields on ones that are not present - Estimate 5 each @ $_________= $_________ Furnish and install lenses in Government provided SPECTACLE KIT frames, which are used with firefighting apparatus, hazardous material response team and other wearers for full face respirators. Anti-reflective coating on glasses - Estimate 3 each @ $_______ = $_______ - At the recommendation of the doctor and subject to concurrence by the Safety Officer prior to issue. Surcharge for polycarbonate - Estimate 1 each @ $_______ = $________ ESTIMATED TOTAL AMOUNT FOR CLIN 0002 = $_________________________ NOTE: All quantities are estimated only. The contractor shall be paid only for actual supplies and services provided. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 EVALUATION OF QUOTATIONS OR OFFERS The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.217-8 - OPTION TO EXTEND SERVICES The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the contract. FAR 52.212-4 CONTRACTOR TERMS AND CONDITIONS - COMMERCIAL ITEMS Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination STATUTES OF EXECUTIVE ORDERS - COMMERCIAL ITEMS (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies on Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDER APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS The following additional clauses apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act - Free Trade Agreement - Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea Clauses incorporated by Reference: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.232-7010 Levies on Contract Payments NOTE: The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Offerors responding to this announcement shall submit their quotations via FAX to Gladys Morales, 717-770-4281 or e-mail to Gladys.Morales@dla.mil All quotes must be received by APRIL 13, 2012 AT 3:00 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0012/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA PENNSYLVANIA (DDSP), Base Sup EBS Building 203 Dr.12, 5450 Carlisle Pike, Mechanicsburg, Pennsylvania, 17050-2411, United States
Zip Code: 17050-2411
 
Record
SN02710381-W 20120401/120330235204-45417e55c6ee5c6eadb26d043abf0f48 (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.