SOLICITATION NOTICE
65 -- Prescription Safety Eyewear and Optician Services for FRCSW
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024416T0197
- Response Due
- 8/31/2016
- Archive Date
- 9/16/2016
- Point of Contact
- Lolita Soto 619-556-5235
- E-Mail Address
-
Lolita Soto
(lolita.soto@navy.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). This requirement was first advertised as Sources Sought Notice No. 6588816RC6020 on 30 June 2016. The Request for Quote (RFQ) number is N00244-16-T-0197. This solicitation documents and incorporates provisions and clauses in effect through FAR FAC 2005-89, effective 14 July 2016 and DFARS Publication Notice 2016 0616 effective 16 June 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 339115 and the Small Business Standard is 1,000 employees. The proposed contract is set-aside for Economically Disadvantaged Women-owned Small Business (EDWOSB) concerns or Women-owned Small Business (WOSB) concerns eligible under the WOSB Program. Offers from other than EDWOSB or WOSB concerns will not be considered. In order to participate in this procurement, the offeror shall be able to provide supplies (end products) that are manufactured or produced in the United States or its outlying areas. A small business needs to comply with FAR 19.001 in order to be exempted from the manufacturer rule to mean that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. A small business may qualify a non-manufacturer if it: (1) Does not exceed 500 employees; (2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; and (3) Will supply the end item of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement. 13 CFR § 121.406(b). NAVSUP Fleet Logistics Center San Diego (FLCSD) requests responses from qualified sources capable of providing safety glasses and optician services in accordance with attached Statement of Work (SOW) and its contract line item structure (spreadsheet attached). The SOW provides required item descriptions, quantities, and units of issue. The main performance objective of this project is to obtain Personal Protective Eyewear (PPE) from a reliable source that can provide a varied selection of lenses and frame styles of safety eyewear that conform to ANSI and commercial standards. It is the Government ™s intent to ultimately issue a solicitation for a base year and four one year option periods. The type of contract is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed price (FFP) contract. Delivery orders will be placed by NAVSUP FLCSD. Each delivery order will identify quantities, eyewear type, delivery terms, period of performance, etc. The estimated number of safety glasses is 420 units per year. The contractor shall maintain a minimum sample of approximately five (5) types of different frames and styles and approximately five (5) lens types., this will help the employees chose their prescription glasses. The planned period of performance of the contract is as follows: Base Period 13 October 2016 “ 12 October 2017 Option Period I 13 October 2017 “ 12 October 2018 Option Period II 13 October 2018 “ 12 October 2019 Option Period III 13 October 2019 “ 12 October 2020 Option Period IV 13 October 2020 “ 12 October 2021 In the performance of this contract, all materials will be delivered to FRCSW, San Diego, CA 92135, FOB Destination. Delivery date is 15 days after contract award; unless otherwise specified in the issued delivery order. Delivery orders placed against the IDIQ will specify its own period of performance and delivery/shipping information. Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Post-Award Contract Administration will be retained by NAVSUP FLCSD, Code 240. Please refer to the enclosed attachments containing full-version of the combined synopsis/solicitation, evaluation criteria and applicable clauses. Attachments: (1) Combined Synopsis/Solicitation (full-version) (2) Statement of Work (3) CLIN Structure for Pricing (template) (4) Past Performance Information (PPI) form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0197/listing.html)
- Record
- SN04219058-W 20160813/160811234516-9e62d1432fd74bd500d029ed0a9585c2 (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 |