Federal Bid

Last Updated on 22 Sep 2005 at 5 AM
Combined Synopsis/Solicitation
Cold spring New york

65--65 -- Lenses, Eyeglass

Solicitation ID 583-00460-05
Posted Date 05 Aug 2005 at 5 AM
Archive Date 22 Sep 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 250-Network Contract Office 10 (36c250)
Agency Department Of Veterans Affairs
Location Cold spring New york United states 46222
In accordance with the terms and conditions stated in this solicitation, VISN 11 Contract Service Center intends to award a Firm Fixed Price (FFP) Requirements contract to a small business concern who will provide eyeglass lenses to the Department of Veterans Affairs VISN 11 Eyeglass Laboratory. This contract is set-aside for small businesses ONLY who meet the requirements set forth in the Non-Manufacturer Rule. The offeror shall show proof of manufacturing capability for each style of lens in the solicitation. If the offeror is other than the actual manufacturer or processor, they shall provide proof that the products are purchased from a domestic small business manufacturer. In accordance with FAR 19.502-4(b), offers received from concerns that do not qualify as small business concerns shall be considered nonresponsive and shall be rejected. NON-MANUFACTURER RULE Section 303 (h) of Public Law 100-656 and Section 210 of Public Law 101-574 incorporated into the Small Business Act requires that agency contracts be directed solely to small business manufacturers under set-aside provisions. Any recipient of a contract set aside for small business, other than the actual manufacturer or processor, must provide the products from a small business. For more information on the Non-Manufacturer Rule, please visit: http://205.130.237.11/far/current/html/Subpart%2019_5.html#wp1086824 -OR- http://www.sba.gov/GC/indexprograms-nonmanufacturer.html This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. This solicitation, numbered RFP 583-00460-05, is a Request For Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 (July 8, 2005). Based on market research and responses to Sources Sought Notice #583-49-05, posted April 1, 2005, this procurement is a total set-aside for small business concerns. The associated NAICS code for this procurement is 339115, “Lenses, ophthalmic, manufacturing,” and the small business size standard is 500 employees. The Government’s exact requirements depend on patient needs and are not known at this time. The list of contract line items, quantities, and units of measure provided is based on past history of patient demand. All base curves can be in odd or even increments. Description Estimated Quantities UNIT Unit Price Total Price SINGLE VISION Nominal Base Curves: CR-39: 0.50-10 CR-39 Photochromatic: 0.50-8 Polycarbonate: 0.50-9 Polycarbonate Photochromatic: 0.50-8 High Index: 0.50-10 High Index Photochromatic: 4-8 A1. FINISH (spheres, plano cyinders, and sphero-cylinders) 256 PAIR A2. CR-39 76MM OR ABOVE 15 PAIR A3. CR-39 70MM OR ABOVE 4392 PAIR A4. CR-39 PHOTOCHROMATIC 884 PAIR A5. POLYCARBONATE 656 PAIR A6. POLYCARBONATE PHOTOCHROMATIC 50 PAIR A7. HI-INDEX (1.55 index or greater) 100 PAIR A8. HI-INDEX PHOTOCHROMATIC (1.55 index or greater) 72 PAIR BIFOCAL FT28 Nominal Base Curves: CR-39: 0.50-10 CR-39 Photochromatic: 0.50-8 Polycarbonate: 2-8 High Index: 0.50-8 High Index Photochromatic: 4-8 A9. CR-39 76MM OR ABOVE (adds 0.75-3.50) 468 PAIR A10. CR-39 70MM OR ABOVE (adds 0.75-4.00) 15397 PAIR A11. CR-39 PHOTOCHROMATIC (adds 1.00-3.00) 4444 PAIR A12. POLYCARBONATE (adds 0.75-4.00) 2574 PAIR A14. HI-INDEX (index 1.55 or greater) (adds 1.00-3.00) 60 PAIR A15. HI-INDEX PHOTOCHROMATIC (index 1.55 or greater) (adds 1.00-4.00) 212 PAIR A16. BLENDED (adds 1.00-3.00) 4 PAIR BIFOCAL FT35 Nominal Base Curves: CR-39: 0.50-10 CR-39 Photochromatic: 0.50-8 Polycarbonate: 2-8 High Index: 0.50-8 High Index Photochromatic: 4-8 A17. CR-39 76MM OR ABOVE (adds 1.00-3.00) 68 PAIR A18. CR-39 70MM OR ABOVE (adds 0.75-3.00) 1822 PAIR A19. CR-39 PHOTOCHROMATIC (adds 1.00-3.00) 802 PAIR A20. POLYCARBONATE (adds 1.00-3.00) 288 PAIR A21. HI-INDEX (adds 1.00-4.00) 60 PAIR A22. HI-INDEX PHOTOCHROMATIC (index 1.55 or greater) (adds 1.00-4.00) 44 PAIR EXECUTIVE BIFOCALS & TRIFOCALS Nominal Base Curves: CR-39: 2-8 A23. CR-39 EXEC BIF (adds 1.00-3.00) A24. CR-39 EXEC TRI (adds 1.50-3.00) 336 16 PAIR PAIR TRIFOCAL, 7X28 Nominal Base Curves: CR-39: 2-10 CR-39 Photochromatic: 4-8 Polycarbonate: 2-8 High Index: 0.50-8 High Index Photochromatic: 4-8 A25. CR-39 70MM-72MM (adds 1.50-4.00) 1776 PAIR A26. CR-39 PHOTOCHROMATIC (adds 1.50-3.00) 538 PAIR A27. POLYCARBONATE (adds 1.50-3.00) 268 PAIR A28. HI-INDEX (index 1.55 or greater) (adds 1.50-3.00) 8 PAIR A29. HI-INDEX PHOTOCHROMATIC (index 1.55 or greater) (adds 1.50-4.00) 64 PAIR TRIFOCAL, 8X35 Nominal Base Curves: CR-39: 4-8 CR-39 Photochromatic: 0.50-8 Polycarbonate: 2-8 High Index: 2-8 High Index Photochromatic: 4-8 A30. CR-39 70MM-72MM (adds 1.50-4.00) 268 PAIR A31. CR-39 PHOTOCHROMATIC (adds 1.50-4.00) 76 PAIR A32. POLYCARBONATE (adds 1.50-3.00) 92 PAIR A33. HI-INDEX (index 1.55 or greater) (adds 1.50-3.50) 20 PAIR PROGESSIVE Nominal Base Curves: CR-39: 2-8 CR-39 Photochromatic: 2-8 Polycarbonate: 1.5-7 Polycarbonate Photochromatic: 2-8 High Index: 1.5-7 Polarized: 2-8 A34. CR-39 (adds 1.00-3.50) 3602 PAIR A35. CR-39 PHOTOCHROMATIC (adds 1.00-3.50) 2012 PAIR A36. POLYCARBONATE (adds 1.00-3.50) 440 PAIR A37. POLYCARBONATE PHOTOCHROMATIC (adds 1.00-3.50) 60 PAIR A38. HI-INDEX (index 1.55 or greater) (adds 1.00-3.50) 20 PAIR A39. POLARIZED (adds 1.00-3.50) 4 PAIR Base Year Total 42268 This one year contract will be effective from September 1, 2005 or date of award through August 31, 2006. Products will be delivered to Building #7, 2669 Cold Spring Road, Indianapolis, IN 46222. Delivery and acceptance will be made during the government workday, 8AM-4:30PM, Monday-Friday. Delivery will not be accepted on weekends or designated government holidays. All deliveries are FOB Destination. The provision at 52.212-1, Instructions to Offerors—Commercial, applies. The following addenda to 52.212-1 apply: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 852.233-70 Protest Content (Jan 1998); 852.233-71 - Alternate Protest Procedure (Jan 1998); 52.233-2 Service of Protest (Aug 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from John P. Callahan, VA Medical Center, 2669 Cold Springs Road, Indianapolis, IN 46222. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The provision at 52.212-2, Evaluation—Commercial Items, will not apply. The government will award to the Offeror who provides best value in terms of price and past performance. The VA is interested in limiting discussions of offers. Accordingly, offerors should submit their initial offers based on their most favorable prices. The Government reserves the right to make awards based on initial proposals received without holding any further discussions. Provide five (5) past performance references, and include current contact information (company name, reference name, fax number, phone number and e-mail address) for each reference. The references provided should be previous customers of the proposed company and should be able to comment on the proposed companies performance in providing similar requirements of the size and scope required herein. Federal customer references are encouraged. Also provide: (1) the number of years experience manufacturing lenses of the size and scope required herein; and, (2) information showing company’s experience in meeting similar requirements. Offerors shall complete and include the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies. The following Addenda to 52.212-4 Contract Terms and Conditions - Commercial Items, also apply: 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.204-7 Central Contractor Registration (Oct 2003); 52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.228-5 Insurance (IAW 28.307-2)(Jan 1997); 52.232-38 Submission of Electronic Funds Transfer Information (May 1999); 52.242-13 - Bankruptcy (Jul 1995); 52.215-1 Instructions to Offerors—Competitive Acquisition (Jan 2004); 52.215-5 Facsimile Proposals (Oct 1997); 52.216-21 Requirements (Oct 1995); 852.203-71 Display of VA Hotline Poster (Dec 1992); 852.211-70 Service Data Manuals (Nov 1984); 852.237-70 Contractor Responsibilities (Apr 1984); 852.270-1 Representatives of Contracting Officers (Apr 1984); 852.270-4 Commercial Advertising (Nov 1984). 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items apply to this acquisition. In addition, the following FAR and VAAR clauses are applicable to this acquisition: 52.232-34 Payment by Electronic Funds Transfer—Other than Central Contractor Registration, 52.222-26-Equal Opportunity, 52.222-35-Equal Opportunity for Special Disabled Veterans, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.204-7 Central Contractor Registration, 52.216-18 Ordering, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.228-5 Insurance--Work on a Government Installation, 52.232-18 Availability of Funds, 52.233-3 Protest After Award, 852.237-71 Indemnification & Insurance, 852.270-1, 852.233-70 Protest Content, and 852.233-71 Alternate Protest Procedure. The following additional contract requirements apply: 1. All lenses will be packaged individually with barcodes that are updated on a regular basis with CC Systems software. 2. All ophthalmic lenses shall be fabricated and provided in accordance with the “American National Standards for Ophthalmic Lenses – Recommendation,” ANSI Z80-1-1987, or latest edition, whichever is more current. 3. Lenses shall be in accordance with Food and Drug Administration (FDA) Regulation 21 CFR, Parts 3 and 4 for impact resistance. 4. Contractor shall notify the Government immediately of any manufacturer recalls. 5. All lenses provided shall be new. Used or refurnished lenses will NOT be accepted. 6. Facsimile orders will be utilized by the ordering office. The contractor shall have the capability to receive orders via facsimile transmission. 7. Orders placed on or before 11:59 AM local time shall be delivered within 52.5 business hours after 11:59 AM. Orders placed after 11:59am will be considered as a next day order and thus will have to be delivered within 52.5 business hours of 11:59 a.m. of the next day. Example: A) Lenses ordered at 10:00 on Monday, August 1st. Product required to be delivered by Wednesday, August 3rd at 4:30 PM B) Lenses ordered at 1:00 on Monday, August 1st. Product required to be delivered by Thursday, August 4th at 4:30 PM 8. All outer packages must contain the complete purchase order number and contract number, which will be provided upon notice of award. 9. A packing list/slip shall be enclosed with each shipment indicating the purchase order number, contract number, delivery order number, items/quantity ordered and items/quantity shipped. 10. Contractor shall notify the government immediately of any manufacturer back orders. Upon notification from the contractor of backorder or inability to provide the ordered product within the established timeframe referenced above (Additional Contract Requirement #4), the VISN 11 Optical Lab Manager shall retain the right to cancel the original order and purchase the back-ordered products from another supplier. 11. Contractor shall provide the Contracting Officer a report of sales (rounded to the nearest whole dollar) for each quarter of the contract period, within fifteen (15) calendar days after the close of each quarter’s business. Quarterly reports shall be submitted for: A) January-March B) April-June C) July-September D) October-Decemb r The report shall consist of total dollars spent and sales of all items under contract. 12. The Contractor is required to perform all the work specified in this solicitation. If the contractor fails to perform a specific element of the work, payments for the task in question can be subject to reductions, as specified in the below Summary Table. Any amount reduced for deviation from the required performance will be reflected in an amount commensurate with the task. Summary Table Item No. Performance Indicator Performance Standard Maximum Allowable Degree of Deviation Method-Type of Surveillance - Reduction when Exceeded Reduction Amount in Payment 1 Shipment Schedule is Met Late Shipment 1 late shipment per month Faxed order date is compared to delivery date 1% per shipment 2 Expectation of Materials in Stock is Met Back Order 2% per month Packing slip is compared to faxed order 3% per line item The FAR is found on the Internet at the following address: http://www.arnet.gov/far ; the VAAR is found on the Internet at: http://www1.va.gov/oamm/vaar/. Proposals are due no later than 3:00 PM EST, Monday, August 23, 2005. Electronic and facsimile submissions of proposals are acceptable. Fax to: ATTN: John Callahan, (317) 554-0200; send proposals to [email protected]. Contact John Callahan by phone at (317) 554-0593.
Bid Protests Not Available