SOLICITATION NOTICE
Q -- Optometrist Services
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621320
— Offices of Optometrists
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-09-R-LG01
- Archive Date
- 7/13/2010
- Point of Contact
- Lauren A. Gooding, Phone: 2027673003
- E-Mail Address
-
lauren.gooding@nrl.navy.mil
(lauren.gooding@nrl.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-09-R-LG01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-33 and DFARS Change Notice 20090115. The associated small business size standard is $ 6.5 million. NRL has a requirement for an optometrist to provide eye examinations and services relative to the sight conservation program administered by the Safety Branch, Research and Development Division. The required services are as follows: CLIN 0001- The contractor shall provide optometrical support for the employees of the Naval Research Laboratory; CLIN 0001AA-The contractor shall perform refractions, including furnishing prescriptions on government or optical company furnished frames; CLIN 0001AB-The contractor shall perform fitting of new glasses, and verification of prescription and frame requirement; CLIN 0001AC-The contractor shall perform repairs, adjustments, and previously issued glasses, miscellaneous service, CLIN 0001AD-The contractor shall perform glaucoma examinations and ocular health check; and CLIN 0002- Reports and Data in accordance with the required Specifications. The proposal shall include a fixed unit price for the services rendered in each Subclin of CLIN 0001. Description of Requirements: The contractor shall provide refracting and fitting services on-site at the Naval Research Laboratory in a room provided for these purposes. The services shall be provided between the hours of 8:00 am to 1:00 pm on Wednesday every other week or at least twice a month. In the event the contractor is unable to provide services on Wednesday, rescheduling must be coordinated with the authorized government representative. The contractor shall be capable of performing at least twelve (12) refractions, but not more than twenty- one refractions, which include glaucoma examinations and ocular health checks. The contractor shall be capable of performing at least twelve (12) fittings, and refractions but not more than twenty- eight (28) fittings per day. Each refraction shall entitle the contractor to be paid for one (1) fitting including adjustments for 90 days, if a prescription is required for the patient. Within three (3) months of the initial eye examination, the patient shall be entitled to reexamination by the contractor at no additional cost to NRL. If three (3) months have lapsed since the initial examination, the contractor shall be paid for a new examination and fitting. The contractor shall inset replacement lenses, repair frames, complete form necessary to forward Rx's written by another doctor to the government contractor responsible for providing the glasses; and complete Rx's based on current records when employee's glasses have been lost or destroyed. In addition, the contractor shall complete the top portion of the patient safety eyeglass program worksheet. NRL shall furnish the optometrist the necessary forms, equipment, and facilities to perform the necessary examinations and services. NRL will furnish the optometrist with frames and lenses. The contractor shall be licensed by the American Optometric Association or by the American Society of Ophthalmology. Proof that the contractor personnel are licensed shall be provided in the proposal submitted in response to the synopsis/solicitation. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. The period of performance is through a time period of 5 years. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: technical and past performance, when combined, are more important than price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offeror must complete the following electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database.: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items. In accordance with paragraph (j) of FAR 52.212-3 if changes to the ORCA annual representations and certifications apply to this acquisition, the offeror must clearly identify the applicable paragraphs at (b) through (i) which the offeror has completed for the purpose of this solicitation only. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: FAR 52.219-6 Notice of Total Small Business Set Aside, FAR 52.219-28 Post Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: DFARS 252.204-7004, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.227-7015 Technical Data-Commercial Items, DFARS 252.227-7037 Validation of restrictive markings on technical data, DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports, DFARS 252.247-7023 Transportation of Supplies by Sea. The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration. Proposals may be transmitted by e-mail to Lauren.gooding@nrl.navy.mil (primary). For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 01 June 2007 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/13onsite.htm Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and 3 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at NRL'S address: 4555 Overlook Ave. SW, Washington, DC 20375, Attn: Code 3230.LG. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-09-R-LG01/listing.html)
- Place of Performance
- Address: Naval Research Lab, 4555 Overlook Ave. S.W, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN01873866-W 20090715/090714000234-8ff86ce3e6c38a1487dd3258fdd2ef43 (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 |