Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2021 SAM #7147
SOLICITATION NOTICE

Q -- Onondaga New York Diabetic Eye Exam and Optometry Services

Notice Date
6/24/2021 8:40:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
NASHVILLE AREA INDIAN HEALTH SVC NASHVILLE TN 37214 USA
 
ZIP Code
37214
 
Solicitation Number
285-21-RFQ-0010
 
Response Due
7/24/1984 5:00:00 AM
 
Archive Date
08/08/1984
 
Point of Contact
Paul Carr, Phone: 6154671567
 
E-Mail Address
paul.carr@ihs.gov
(paul.carr@ihs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number of this Request for Quote (RFQ) is 285-21-RFP-0010. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04 January 25, 2021. This is a combined synopsis/solicitation is 100% set aside for small business enterprises. The associated NIACS code is 621320 Office of Optomertrist�and the size standard is $8 million. Products and services to be provided by the contactot Statement of Work: This request seeks to establish services to provide comprehensive diabetic eye exam to include retinopathy scan and screening as well comprehensive eye examinations.� This contract request wishes to contract with a vendor that shall serve as a reliable source for optometry services for Diabetic Patients and provide a selection of frames for use for eligible American Indian/ Alaskan Native through the Purchased Referred Care program. General:� This Scope of Work describes the requirement for the Yearly Optometry Comprehensive Eye Exams and Eye Glasses. Work is to be performed at the contractor�s location and they shall furnish all necessary equipment to provide a comprehensive eye examination. No eye examination type Government Furnished Equipment is currently available for this requirement. The Contractor will coordinate care for an approved yearly comprehensive examination, to include diabetic retinopathy screening, and will provide a selection of 50 frames for use within this scope of work (20 male, 20 female, and 10 children). The contractor is fully responsible for verifying and validating all information contained within this scope. This contract is for a comprehensive eye exam and optical fabrications only. Exams must be performed by a Board Certified Optometrist who has the capacity to write a prescription for optical enhancement devices. � Reporting Requirements: A report for each encounter will be faxed or mailed to the designated Federal Service Unit within 7 days after the visit. The contractor will provide any and all reports should additional services be medically necessary within 7 business days following initial appointment for medical staff at the Onondaga location to follow-up on. Standards: All work shall conform to, and comply with, the latest edition/version of ALL applicable federal, state, and local laws, rules, regulations, codes, and standards. The contractor will comply with the ANSI Z80.1�2010 Standard has the following scope: This standard applies to the processing of all prescription ophthalmic spectacle lenses in edged or assembled form. It is a processing guideline for optical laboratories applicable to prescription eyewear prior to transfer for dispensing and for the dispenser prior to the delivery of the finished eyewear to the patient. Licensed/Board Certified Optometrist with current credentialing to perform optical examinations as described above. � Contractor Requirements:� The Contractor agrees to maintain as required by law accurate medical records, which sufficiently and properly reflect the SERVICES performed. Such medical records shall be faxed to the�Onondaga facility�and shall be subject to retention in accordance with all federal, state, and local laws applicable to medical records. Contractor shall provide and maintain malpractice and such other insurance during the period of this contract, at no additional cost to the Government. All insurance required by the contract shall be in a form and amount as Contracting Official may deem necessary as per the Federal Acquisition Regulation (FAR) 52.237-7 �Indemnification and Medical Liability Insurance� clause states. The contractor shall have the ability to fit test and make adjustments to all glasses when requested by the patient at no cost. Responsibilities:� The Contractor shall provide patients one pair of eyeglasses per year. Add-ons/Specialty Lens will not be authorized without medical justification and prior approval by the SU. The patient upon their own request may choose to have add-ons done at their own expense with no additional cost to government. Services should include following fitting and adjustments when necessary. The Contractor shall provide with its proposal a catalog of available eyeglass frames. A display of selected frames shall be provided for patients to select from. Contractor shall provide spectacle frames and lens to include scratch resistant coatings on all plastic lens and a 1 year warranty on frame and lens at no additional charge. Referenced above, the frames for display shall include a variety of mid-range frames suitable for men, women, and children.� Lens shall be fabricated to the exact specifications provided by the prescription received from the Optometry exam or like department. Optical fabrications prescriptions shall be filled if provided from another location, provided the RX provided is from a board certified Optometrist or Ophthalmologist.�� Lens prescription changes shall be provided at no additional charge within 90 days of the original order. All frames and lens shall include a 1 year warranty based on industry standards. Completed frame and lens orders shall be delivered in person (if adjustments are required) or by mail with shipment tracking to the Service Unit within 7 days of receipt of order. The contractor shall notify the Service Unit of any unexpected delays. Contractor shall inspect final lens to ensure lens correctly matches accompanying prescription order. Period of Performance: The contract term shall be for 1 years (contract base plus four option years).� Base Year --�October 1, 2021 - September�31, 2022 Option year 1 --�October 1, 2022 -�September 31, 2023. Option year 2 -- October 1, 2023 - September 31, 2024. Option year 3 -- October 1, 2024 - September 31, 2025. Option year 4 -- October 1, 2025 - September 31, 2026. Provision 52.212-1, Instructions to Offerors � Commercial (Oct 2015), applies to this acquisition. �Note, unless exempt per Federal Acquisition Regulation [FAR] Part 4.11, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award against this solicitation.� SAM combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA) systems.� For information please review the SAM website at https://www.sam.gov.� A Data Universal Numbering System (DUNS) number is utilized for registration.� To register go to https://www.acquisition.gov. A comparative evaluation will be conducted in accordance with FAR Part 13.106-2(b)(3) to determine the best value. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The clauses at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Items are applicable to this acquisition. Contractor understands that the government does not pay any IRS requirements (taxes), insurance or any other benefits for the contractor under this contract.� This is in accordance with (FAR 52.229-3 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013) and FAR 52.229-4 FEDERAL, STATE, AND LOCAL TAXES (NON-COMPETITIVE CONTRACT [FEB 2013]). Clauses may be assessed electronically at https://www.acquisition.gov/far/index.html ADDITIONAL CLAUSES INCORPORATED BY REFERENCE (FAR): 52.202-1 Definitions NOV 2013 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEPT 2013 52.203-5 Covenant Against Continent Fees MAY 2014 52.203-6 Restrictions on Subcontractor Sales to the Government SEP 2006 52.303-7 Anti-Kickback Procedures MAY 2014 52.204-3 Taxpayer Identifications OCT1998 52.204-6 Data Universal Numbering System Number JUL 2013 52.204-7 System for Award Management JUL 2013 52.204-12 Data Universal Numbering System Number Maintenance DEC 2012 52.204-13 System for Award Management Maintenance JUL 2013 52.204-19 Incorporation by Reference of Representations and Certifications�DEC 2014 52.212-3 Instructions to Offerors-Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions-Commercial Items MAY 2015 52.217-8 Option to Extend Services NOV 1999 52.222-1 Notice to the Government on Labor Disputes FEB 1997 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity APR 2015 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-6 Drug-Free Workplace MAY 2001 52.224-2 Privacy Act APR 1984 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications OCT 2015 52.229-3 Federal, State, and Local Taxes FEB 2013 52.232-25 Prompt Payment JUL 2013 52.232-33 Payment by Electronic Funds Transfer�System for Award Management JUL 2013 52.233-2 Protest After Award SEP 2006 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.DEC 2013 52.243-1 Changes - Fixed Price AUG 1987 52.249-2 Termination for Convenience of the Government (Fixed Price)� APR 2012 ADDITIONAL CLAUSES INCORPORATED BY REFERENCE (HHSAR): 352.202-1 Definitions JAN 2012 352.223-70 Safety and Health JAN 2006 352.224-70 Privacy Act JAN 2006
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0595faeda320478a9ca772e07d195de9/view)
 
Place of Performance
Address: Nedrow, NY 13120, USA
Zip Code: 13120
Country: USA
 
Record
SN06041577-F 20210626/210624230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.