DOCUMENT
Q -- Prescription Eyeglass Manufacturing and Dispensary Services - Attachment
- Notice Date
- 1/27/2012
- Notice Type
- Attachment
- NAICS
- 446130
— Optical Goods Stores
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Organization (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24012R0063
- Response Due
- 2/16/2012
- Archive Date
- 3/17/2012
- Point of Contact
- Eric Santoyo
- E-Mail Address
-
2-3487<br
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement only and is not a request for proposals or quotes. The Department of Veterans Affairs (VA) Service Area Office East (SAO East) is seeking to determine availability of Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources with the capability to manufacture prescription eyeglasses and provide optician services to beneficiaries of the VA Healthcare Systems. SAO East will be requiring manufacturing and/or optician services for all network contracting offices (NCOs) in the Eastern Region, with the exception of NCO 7 and the following facilities located in NCO 8: Orlando, West Palm Beach and San Juan medical centers, and the New Port Richey clinic. Please reference the attached eastern regional map. The following statement of work is offered for information only. This is not all inclusive but rather a general idea of the type and magnitude of the requirement. The estimated quantity range for individual orders for this service is estimated at 469,644 pair of eyeglasses per year for this region. The unit price for a single pair of prescription eyeglasses must be "All-Inclusive" for parts, materials, labor, and services. This includes fabrication, assembly, shipping, handling, multiple fittings, adjustments, eyeglass cases and includes the following frames, lenses and lens treatments. Each month the contractor will provide a monthly listing of frames, sizes, and colors that are available to the ordering contract official(s). Frames: All frames shall be fabricated in accordance with the current edition of the American National Standards Institute Requirements for Dress Ophthalmic Frames ANSI Z80.5, 2004 Edition. All items provided by the contractor shall be new. The contractor shall provide completely assembled eyeglass frames placed in standard alignment and include mounting of lenses. Eyeglass Case: One eyeglass case shall be provided at no additional cost to the Government with each pair of eyeglasses furnished. Eyeglass cases shall be the sliding style or snap style - at the discretion of the beneficiary. Lens: All lenses shall be fabricated and provided in accordance with the standards set forth in the current edition of American National Standards Institute for Ophthalmic Lenses - Recommendation ANSI Z80.1, 2005 Edition. All ophthalmic lenses shall be in accordance with Food and Drug Administration (FDA) Regulation (2) CFR, Parts 3 and 4 for impact resistance, unless otherwise specified in the order. Glass ophthalmic lenses shall be chemically strengthened for impact resistance. All glass and plastic ophthalmic lenses shall be corrected curved lenses. Ophthalmic lenses with cylinder power of less than 1.5D or greater than 1.5D shall be fabricated in minus cylinder form, unless positive cylinder form is specified in the order. Types of lenses required include: Single Vision, Bifocal FT28, Bifocal FT35, Executive Bifocals & Trifocals, Trifocal 7x28, Trifocal 8x35 and Progressive. Single Vision Lenses. Lenses shall be available in glass, plastic or polycarbonate and need certain hi-index, i.e. 1.65. Construction of single vision lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Clear, framed lenses and oversized blanks shall be available. For single vision patients, suitable pieces of broken lenses can be used for fabricating blank/plano lens. Bifocal Lenses. Lenses shall be available in glass, plastic or polycarbonate and hi-index. Construction of bifocal lenses shall include spheres, plano-cylinders, and sphero-cylinders in all powers. Add +0.50 to +4.00D. Clear, framed lenses and oversized blanks shall be available. Lenses shall be available in glass with flattop, executive and round segments, and polycarbonate with flattop segments. Previously unused misground lens can be used in the fabrication of bifocal vision balance lens prescriptions when ordered by the Optometrist or Ophthalmologist. Bifocal lenses shall be available in glass or plastic, with flattop, executive, round, and progressive segments; and Polycarbonate with flattop and progressive segments. Trifocal Lenses. Lenses shall be available in glass, plastic or polycarbonate. Construction of trifocal lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Add +1.50 to +4.00D, 50% intermediate power. Clear, framed lenses and oversized blanks shall be available. Lenses shall be available in glass with flattop, executive and round segments and polycarbonate with flattop segments. No-Line Bifocal (Progressive) Lenses. Lenses shall be available in glass, plastic or polycarbonate. Construction of no-line bifocal lenses shall include spheres, plano-cylinders and sphero-cylinders in all powers. Add +0.50 to +4.00D. Clear, framed lenses and oversized blanks shall be available. For monocular patients, the balance lenses shall be of approximate equal power and of same material. Photochromatic Lenses: Shall be available in glass, plastic, and polycarbonate materials for single vision, multifocal (bifocal & trifocal) and progressive lenses. The Contractor shall provide any special lens treatment including, but not limited to, balanced lens, prismatic lens, cataract lens, aspheric lens, no-line bifocal lens, and slab off prism. These requirements will be specified in the Government's order. Optician Services: The contractor may be provided a space within any VAMC or Outpatient Clinic electing to provide space for an Optical Shop who have an established Eye Clinic to measure and fit eligible Veterans entitled to government provided eyewear. The measuring and fitting of eyeglasses should occur in the designated optical room or area. This space may be located within or proximal to current eye clinic space or at another location to be determined by the facility. There is no minimum guarantee of provision of any space for Optical Shop(s) and this is solely at the discretion of each facility's space availability and need for dispensing opticians. The contractor shall supply a certified optician with appropriate ophthalmic dispensary training to each VAMC electing to provide space for an Optical Shop, for the purpose of measuring and fitting of all Veteran patient prescriptions provided by the VAMC Optometry or Ophthalmology clinics. The certified optician must also be able to verify eyeglass prescription specifications provided by the VAMC providers as indicated here. Provision of space for an Optical Shop is not contingent upon any VCS Retail Sales agreements and is at the sole discretion of the facility and their space availability and needs. When an optician is selected by the contractor, the facility - with the contracting officer and COR - will have discretion on the selected optician regarding the person having suitable experience and qualifications to meet the workload at the location. The VAMC must concur with selection of the contract optician, and the optician must successfully complete the contractor and VA background requirements, new employee orientation to VA procedures, and mandatory training requirements. If any of these areas are deficient, the contract optician will be unable to work at the VA location Facilities are not required to have contract optician services. Delivery: The contractor shall provide finished product within seven (7) working days of receipt of prescription. This is a salient requirement, and is not flexible. Firms with interest and capability to respond to this requirement should develop a short narrative including relevant experience and other information indicating and evidencing capability to successfully meet the aforementioned requirements. Interested parties should send their company information via E-mail (preferred) or fax to Mr. Eric Santoyo, Contracting Officer, Department of Veterans Affairs Service Area Office East. E-mail address: Eric.Santoyo@.va.gov. and fax number is 412-822-3440. Company information must include business type e.g. Service Disabled Veteran Owned Business, Woman Owned Small Business, etc. Information should be provided no later than February 16, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f3b6122d258f39c1eb25baa87115fbc)
- Document(s)
- Attachment
- File Name: VA240-12-R-0063 VA240-12-R-0063_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291778&FileName=VA240-12-R-0063-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291778&FileName=VA240-12-R-0063-000.docx
- File Name: VA240-12-R-0063 SAO EAST MAP.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291779&FileName=VA240-12-R-0063-001.PDF)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291779&FileName=VA240-12-R-0063-001.PDF
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240-12-R-0063 VA240-12-R-0063_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=291778&FileName=VA240-12-R-0063-000.docx)
- Record
- SN02662662-W 20120129/120127234350-3f3b6122d258f39c1eb25baa87115fbc (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 |