Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2008 FBO #2432
DOCUMENT

R -- Vision Testing Program - Statement of Work

Notice Date
7/22/2008
 
Notice Type
Statement of Work
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM157608R0009
 
Response Due
8/21/2008 12:00:00 PM
 
Archive Date
9/5/2008
 
Point of Contact
Ericka L Franklin,, Phone: 301-227-5989, Tammy L. Journet,, Phone: 301-227-5901
 
E-Mail Address
Ericka.L.Franklin@nga.mil, Tammy.L.Journet@nga.mil
 
Small Business Set-Aside
N/A
 
Description
The National Geospatial-Intelligence Agency (NGA) is seeking a contractor to administer a vision testing program for both applicants as well as a small amount of current employees for specific analytic occupations. The objectives, goals and requirements for this effort are detailed in the attached Statement of Work entitled “Vision Testing” dated 31 January 2008. The contractor must be able to perform the requirement as outlined in the Statement of Work. The targeted NAICS code for this effort is 621320. The goal of this requirement is to ensure that applicants meet the vision requirements for specific analytic occupations. While there is no set vision testing program for current employees, there will be a maintenance program established which would be administered on a case by case basis subject to performance. NGA requires applicant/employee vision testing services for the populations identified above, to include a variety of different geographic Continental United States (CONUS) and Outside the Continental United States (OCONUS) sites. OCONUS testing would be for a very small number of applicants/employees. The Vision Testing Program is managed by the NGA’s Human Development (HD) Directorate. The period of performance is estimated for one (1) base year with four (4) estimated one-year options. The anticipated award date will be October 2008. Please identify your business as a Large Business, Small Business or 8(a) certified, if applicable. The Government intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Time and Material (T&M), Firm Fixed Price (FFP) and Cost Reimburseable (CR) CLINs as stated in Section B of the solcitation to the responsible offeror whose proposal addresses the requirements of the solicitation and which is judged to be most advantageous and of the greatest value to the Government, non-cost and cost and criteria considered. The Government reserves the right not to issue an IDIQ contract depending on the quality of the offers received, the availability of funding, and the continued existence of the requirement. The contract will specify and authorize work to be performed by the Contractor to satisfy Government work requirements. The contractor shall provide pricing for the applicable CLINs in Section B. The Government anticipates the need for associated ODCs; however, all ODCs must be approved by the Government prior to incurring costs. All estimated travel costs should be in accordance with the Joint Travel Regulations (JTR). The Government reserves the right to order the amount of tests it deems necessary to complete the requirement; however, it is not obligated to procure the estimated quantity identified in Section B. Offerors must include sufficient information to enable the Government to evaluate proposals based on the criteria identified above. This includes, but is not limited to resumes of medical professionals, descriptions and references of previous work experiences, detailed description of technical approach implementation, etc. It is the Government’s intent to award without discussions. However, we reserve the right to hold discussions if deemed necessary. Thank you for your interest in the National Geospatial-Intelligence Agency. Ericka Franklin Contract Specialist Attachments: 1- Statement of Work entitled, "Vision Testing" dated 31 January 2008 2- Resume Format for Key Personnel 3- Past Performance Questionnaire 4- NGA Non-disclosure Agreement 5. NGA Vision Testing Solicitation (Sections B-M) 6. NGA Instruction for Workforce and Personnel Policy, 5 January 2004 7. NGA Instruction for Filing Civilian Poisitions Including Promotions, 9 November 2007 8. NGA Instruction for Records and Information Life-Cycle Management, 30 August 2005 9. NGA Instruction for Reasonable Accommodation, 1 October 2005
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04b34831753bb28ae491148216ceb878&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: NGA Vision Testing Statement of Work dated 31 January 2008 (Vision_ Testing_DRAFTSOW31Jan08.doc)
Link: https://www.fbo.gov//utils/view?id=1967729edeb0c002b14fbbd24b4df8b6
Bytes: 115.00 Kb
 
File Name: Resume Format for Key Personnel (Attachment 2 - Resume Format for Key Personnel.doc)
Link: https://www.fbo.gov//utils/view?id=d91133968b6735b0a3652c280d7274c3
Bytes: 50.50 Kb
 
File Name: Past Performance Questionnaire (ATTACHMENT 3 - Past Performance Questionairre.doc)
Link: https://www.fbo.gov//utils/view?id=7290ca7aa57f84e494d9d68159165531
Bytes: 118.50 Kb
 
File Name: NGA Non-disclosure Agreement (ATTACHMENT 4 - Non-Disclosure Agreement.doc)
Link: https://www.fbo.gov//utils/view?id=076b8a8866f6f7f3f2ec4410a2df16e1
Bytes: 156.50 Kb
 
File Name: Vision Testing Solicitation (Sections B-M) (HM157608R0009REVa1b.rtf)
Link: https://www.fbo.gov//utils/view?id=996e96a4be05c7338d0fb7cedd347848
Bytes: 518.96 Kb
 
File Name: NGA Policy Directive for Workforce and Personnel Policy (p1000r4.pdf)
Link: https://www.fbo.gov//utils/view?id=98ec8fcfb6f5e8a5792b88659c4cc8de
Bytes: 7.61 Kb
 
File Name: NGA Directive for Filing Civilian Positions Including Promotions (14058.pdf)
Link: https://www.fbo.gov//utils/view?id=28790f4aab437615cbe1ef073e44827e
Bytes: 84.90 Kb
 
File Name: NGA Instruction for Records and Information Life-Cycle Management (80401r9.pdf)
Link: https://www.fbo.gov//utils/view?id=e6e8abb0ef733910a158f85166045520
Bytes: 124.57 Kb
 
File Name: NGA Instruction for Reasonable Accomodation (10202r7.pdf)
Link: https://www.fbo.gov//utils/view?id=3852348eec41d171b123a6a1437d725f
Bytes: 71.13 Kb
 
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: Address: 4600 Sangamore Road, Bethesda, MD, Postal Code: 20816-5003, Country:UNITED STATES, United States
 
Record
SN01620157-W 20080724/080722224000-04b34831753bb28ae491148216ceb878 (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.