Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
DOCUMENT

65 -- Prescription Safety Glasses - Attachment

Notice Date
6/30/2016
 
Notice Type
Attachment
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 240) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
Solicitation Number
6588816RC6020
 
Response Due
7/12/2016
 
Archive Date
7/13/2016
 
Point of Contact
Lolita Soto
 
E-Mail Address
.soto@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
NAVSUP Fleet Logistic Center San Diego (FLCSD)is seeking qualified small business sources that have the capability to manufacture prescription safety glasses,(various lenses and frames), respirator full face spectacle kits and provide on-site licensed optician services twice a month for the employees of Fleet Readiness Center Southwest (FRCSW) San Diego, CA. The North American Industry Classification (NAICS) code is 339115 - - Ophthalmic Goods Manufacturing with a size standard of 1000 employees. Disclaimer: This is a SOURCES SOUGHT announcement. This notice is not for market research purposes only and IS NOT A REQUEST FOR QUOTE (RFQ) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this technical description is strictly voluntary. The Government intends to set-aside this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (i.e. 8(a), HUBZone, SDVOSB, and WOSB). Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any; will be set-aside for small business competition. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The main performance objective of this project is to obtain Personal Protective Eyewear (PPE) from a reliable source that can provide a varied selection of lenses and frame styles of safety eyewear that conform to ANSI and commercial standards. It is the Government s intent to ultimately issue a solicitation for a base year and four one year option periods. The type of contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed price (FFP) contract. Delivery orders will be placed by NAVSUP FLCSD. The estimated number of safety glasses is 500 units per year. The contractor shall maintain a sample of approximately five (5) types of different frames and styles and approximately five (5) lens types at FRCSW, this will help the employees chose their prescription glasses. PROJECT INFORMATION: The draft Statement of Work (SOW) is attached. The purpose of this notice is to receive industry feedback on the Statement of Work, and to determine if small business manufacturers exist that will allow the Government to issue a solicitation as a Small Business Set-Aside. DOCUMENTATION SUBMISSION REQUIREMENTS: Interested vendors responding to this Sources Sought Notice are encouraged to submit a Technical Capability Statement (TCS). The submissions should be Times New Roman, font size 12 and should not exceed five (5) one-sided (exclusive of cover page), 8 X 11 pages in Microsoft Word or PDF format. Cover letters and extraneous materials (brochures, etc.) will not be considered. The TCS shall summarize relevant experience, knowledge, and capabilities consistent with the effort described in the draft SOW. Respondents shall provide information related to contracts where the respondent was involved at a complete level of effort. The TCS should illustrate qualifications and experience in working with specific relevant work, by providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. Technical Capability Statements will be evaluated on previous and/or current experience. You must indicate whether your business or supplier is the manufacturer of the product. Provide business size, socio-economic status, CAGE, Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet, Inc., product warranty information (length, terms), GSA/FSS contract number if applicable, and other pertinent data pertaining to your business. Respondents shall also provide their full business name, address of their company, telephone number and an email of a point of contact within the company. Supplemental Information for small businesses: FAR 19.001 defines the nonmanufacturer rule (NMR) to mean that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. The NMR is an exception to the performance requirements and provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business made in the United States. 15 USC 637(a)(17); 13 CFR 121.406. A small business may qualify a non-manufacturer if it: (1) Does not exceed 500 employees; (2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; and (3) Will supply the end item of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement. 13 CFR 121.406(b). Submissions must be received via email no later than 1:00PM (PST) on Tuesday, July 12, 2016 to the attention of Lolita Soto, Contract Specialist at: lolita.soto@navy.mil. Questions or comments regarding this notice shall be sent to the Contract Specialist via email only. No phone calls will be accepted. No hardcopy or facsimile submissions will be accepted. Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/6588816RC6020/listing.html)
 
Document(s)
Attachment
 
File Name: 6588816RC6020_SOW_EyeWear.pdf (https://www.neco.navy.mil/synopsis_file/6588816RC6020_SOW_EyeWear.pdf)
Link: https://www.neco.navy.mil/synopsis_file/6588816RC6020_SOW_EyeWear.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Fleet Readiness Center Southwest (FRCSW)
Zip Code: Naval Air Station
 
Record
SN04167503-W 20160702/160630235211-c971c0a62035bb9750bc32dca8873ee9 (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.