Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
SOLICITATION NOTICE

65 -- Eyeglass Program - Clinton OK

Notice Date
5/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-15-Q-0017
 
Archive Date
7/31/2015
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-15-Q-0017. This procurement is 100% small business set-aside under NAICS code 339115 with a standard business size of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81, effective April 10 2015. Estimated start date is July 15, 2015. The closing date for receipt of quotes is June 19 2015. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on June 19 2015. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries. EYE GLASS PROGRAM Clinton Indian Health Center Clinton, Oklahoma I. Background: The Clinton Service Unit (CSU) is comprised of three ambulatory clinics including the Clinton Indian Health Center (CIHC), El Reno Indian Health Center and Watonga Indian Health Center. As part of the CIHC's efforts to increase access to care, the Optometry Department operates an Eye Glass Program for patient's receiving care within the service unit. This value added service has been established since 2012 and provides approximately 2400 eye glasses per year through the program. Furthermore, progressive, transition lens account for approximately 60% of prescriptions, single vision at approximately 30% (clear plastic or polycarb) and single vision Hi-Index at approximately 10%. II. General: a. This Scope of Work describes the requirement for the Eye Glasses program to be provided to the Clinton Indian Health Optometry Department. b. Work is to be performed off site at the contractor's laboratory. c. The contractor is fully responsible for verifying and validating all information contained within this scope. d. 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. III. Responsibilities: a. 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. b. Contractor shall supply 350 frames for display in the eye clinic. Selection of such frames shall be at the discretion of the Optometry Department upon review of contractor's frame catalog and shall be updated at no charge. Additional frames shall be provided at no charge if needed. Frames for display shall include a variety of mid-range frames suitable for men, women, children, sports recreational specs, OSHA safety, and unisex. c. Lens shall be fabricated to the exact specifications provided by the prescription received from the Optometry Department. d. Lens prescription changes shall be provided at no additional charge within 90 days of the original order. e. All frames and lens shall include a 1 year warranty based on industry standards. f. Contractor shall provide an online ordering website/portal for placement of orders. g. Completed frame and lens orders shall be delivered by mail with shipment tracking to the Optometry Department within 7 days of receipt of order. The contractor shall notify the Optometry Department of any unexpected delays. h. Contractor shall inspect final lens to ensure lens correctly matches accompanying prescription order. IV. Period of Performance: The contract term shall be approximately one year, with an option for an additional 4 years. Anticipated start date is approximately July 15, 2015. V. Contractor Qualification Requirements: Contractor shall be certified laboratory with the ability to complete the requirements set forth within this scope. VI. Rates of Payment: Contracted rates shall be established at an all-inclusive rate (including shipping and handling) for the following: a. Single lens (monovision) with plastic, polycarb or Hi-Index, with or without transition b. Biofocal lens with either line or no line (progressive), with or without transition c. There shall be no additional charge to the package pricing for oversize, high powers or prisms. All invoicing shall be invoiced on a totaled completed monthly service and be submitted as identified in sections IX of this Scope of Work. VII. Government Furnished Information, Property and Services: The government shall provide display casework for frame display. VIII. Invoicing Requirements The Contractor shall be required to provide an original invoice to Oklahoma City Area Indian Health Service, Division of Financial Management, 701 Market Center Drive, OKC, 73114. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/) (2) Offerors shall provide pricing for periods of Base Year - July 15 2015 to July 14 2016, Option Year 1 - July 15 2016 to July 14 2017, Option Year 2 - July 15 2017 to July 14 2018, Option Year 3 - July 15 2018 to July 14 2019, Option Year 4 - July 15 2019 to July 14 2020. The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) 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 quotes: (1) Price; (2) Qualifications; (3) Past Performance Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2015) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). ; FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days, the preliminary notice does not commit the government to an extension (b) If the Government exercises this option, the extended option shall be considered to include this option clause (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed sixty months; FAR 52.232-19, Availability of Funds for the Next Fiscal year, apply to this acquisition and are incorporated by reference The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (May 2015) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA The due date for this requirement is June 19 2015 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive rate for frames/lens. Pricing should be consistent with Section VI of the Statement of Work. Pricing should include Option Year pricing as indicated in Instructions to Offerors. Estimated start date is July 15 2015 for the Clinton Service Unit. C) Certifications in ORCA at https://orca@bpn.gov. D) Documentation of two past references.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-15-Q-0017/listing.html)
 
Place of Performance
Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
Zip Code: 73601
 
Record
SN03742049-W 20150528/150526234604-e290764c848fc42c880604bd18e90f78 (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.