SOURCES SOUGHT
R -- Prescription Safety Glasses
- Notice Date
- 1/17/2017
- Notice Type
- Sources Sought
- NAICS
- 339115
— Ophthalmic Goods Manufacturing
- Contracting Office
- Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
- ZIP Code
- 20374-5127
- Solicitation Number
- N6470917T0019
- Archive Date
- 2/11/2017
- Point of Contact
- Anthony Clark, Phone: 9125730224
- E-Mail Address
-
anthony.clark@swflant.navy.mil
(anthony.clark@swflant.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STRATEGIC WEAPONS FACILITY ATLANTIC Request for Quotes for commercial item services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only request and is unrestricted. The solicitation number is N6470917T0019. The North American Industry Classification System (NAICS) code is 339115. The Federal Supply Class (FSC) is 4240/R497. The Standard Industrial Classification (SIC) is 8042. SWFLANT, NSB has a requirement for Prescription Safety Eyewear. This requirement is for Eye Care Services. STATEMENT OF WORK 1. Provide prescription safety eyewear for approximately forty (40) SWFLANT personnel enrolled in the Sight Conservation Program. 2. Period of Performance: One (1) Year. 3. Contractor shall provide safety lenses and on-site selection of frames meeting ANSI 87.1 standards. 4. Government POC: Chad Mingus, (912) 573-4058. 5. Payment will be made by Government Credit Card. Government POC for payment is Anthony Clark (912) 573-0224. 6. Vendor should send invoice to: Strategic Weapons Facility, Atlantic ATTN: ANTHONY CLARK 1150 USS Los Angeles Road Kings Bay, GA 31547 Or fax to (912) 573-4274 7. SWFLANT pays for the services/products as specified in this contract (unless prior approval is received from the Safety Office). 8. Eye examinations and refractive services to be performed at a facility within the local commuting area of SWFLANT, Naval Submarine Base, Kings Bay, GA 31547. 9. Eye examinations to be scheduled and provided within seven (7) working days from the date of contact of SWFLANT personnel and refractive eyewear and fitting provided within fourteen (14) working days from initial examination. 10. All other options (i.e. shaded lens, transitions, etc.) are allowed, but is to be paid out of patient funds, if desired. 11. The following services may be required and vendor will provide at the prices stated: Eye Exams: tiny_mce_marker_____each Fitting: tiny_mce_marker____ each Frames: Up to $60.00 NOTE: The maximum amount the Government will pay for frames is $60.00 unless prior approval is received from the Safety Office. Permanent side shields: tiny_mce_marker____pair NOTE: Removable side shields are not authorized unless prior approval is received from the Safety Office. Single vision lenses: tiny_mce_marker____ Progressives: tiny_mce_marker____ Bifocal lenses: FT-25 & 28, Exec Bifocal, Rd 22, Blended tiny_mce_marker____ Bifocal Double Segs (Add to Bifocal) tiny_mce_marker____ Bifocal FT35, 40, 45 (Add to Bifocal) tiny_mce_marker____ Trifocal lenses: FT7 x 25, FT-7 x 28 Interview tiny_mce_marker____ Scratch resistant coating: tiny_mce_marker____ Anti-reflective coating: tiny_mce_marker____ Screw replacement: tiny_mce_marker____ Adjustments: tiny_mce_marker____ SWFLANT requests a firm-fixed-price quote by 27 Jan 2017 3:00 pm to provide the supplies/services described in this RFQ. The method of payment for this purchase will be the government purchase card. The Government may consider late quotes. Contractors responding to this request must furnish a quote as described below. Quotes shall contain the following: 1. Price quote: Provide a firm-fixed-price quote for all required supplies and/or services. a. Any costs related to credit card fees, delivery costs, and handling costs, as applicable, shall be included. b. If travel is required in support of this procurement, the contractor shall include a detailed Basis of Estimate (BOE) that is priced in accordance with the Joint Federal Travel Regulations (JFTR). Each component of the proposed travel expense shall clearly identify the date(s), location(s), duration(s), quantity of personnel, and cost for the proposed travel. 2. Specifications: Provide all specifications for the products to be provided and a statement regarding whether or not the quoter is an authorized reseller of the products identified in the RFQ, if applicable. 3. Contractor Teaming Arrangements (CTAs): Identify any CTA and submit any CTA documentation. 4. Quote Cover Letter: Provide the name, title, telephone number, facsimile number, and e-mail address of the company/division point of contact that can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government. Lastly, provide the company name, street address, and DUNS Number. 5. Exceptions to the RFQ: Provide any exceptions taken and the rationale for the exceptions to the RFQ, to include any terms or conditions applicable to payment by Government Commercial Purchase Card (GCPC). Note that exceptions to the RFQ may render the quote unacceptable to the Government. Proposals may be only e-mailed directly to anthony.clark@swflant.navy.mil, the sole designated E-mail address and inbox for receipt of E-mail submissions. No other electronic means of submission, used in whole or in combination with E-mail, is permitted. E-mail proposals shall be in either Adobe or Microsoft Office format. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. Unless offeror proposes a shorter period, by submission of an offer, offeror agrees that its offer, including any timely revisions thereto, shall remain valid until the Government makes award under this solicitation. The foregoing does not preclude an offeror from withdrawing its offer prior to award. The Government shall issue a Purchase order resulting from this RFQ to the responsible quoter whose quote, conforming to the RFQ, represents the lowest-priced-technically-acceptable (LPTA) quote. Technical acceptability will be based on: 1. All items requested in the RFQ are included in the quote and meet the stated specifications, and 2. The Offeror confirms it is an authorized reseller of the products identified. Award will be made contingent upon the Bilateral signature of the parties. The Government reserves the right to award on an all or none basis. Award shall be made in the aggregate, all or none. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send offers to; anthony.clark@swflant.navy.mil or fax to 912-573-4274 NO LATER THAN 27 Jan 2017, 3:00 PM, EST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Set-aside code: N/A Place of performance: SWFLANT, 1150 USS Los Angeles Road, Bldg 6005, Naval Submarine Base, Kings Bay, GA 31547 Contact: Anthony Clark, Phone 912-573-0224, Fax 912-573-4274, Email; anthony.clark@swflant.navy.mil. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government entity Code Maintenance; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items: FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Forien Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transportation Relating to Iran-Representation and Certifications; FAR 52.232-39,Unenforceability of Unauthorized Obligations; FAR 52.232-40,Providing Accelerated Payments to Small Business; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.243-1, changes-Fixed Price; FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.; FAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials FAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights FAR 252-232-7006, Wide Area Workflow Payment Instructions; FAR 252.232-7009; Mandatory Payment by government wide Commercial Purchase Card; DFARS FAR 252-232-7006, Wide Area Workflow Payment Instructions; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252-232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7006, Wide Area Workflow Payment Instructions; DFARS 252.247-7023, Alt III Transportation of Supplies by Sea; DFARS 252.212-7001, (Dev) Contract Terms and Conditions;.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N6470917T0019/listing.html)
- Place of Performance
- Address: SWFLANT, 1150 USS LOS ANGELES ROAD, KINGS BAY, Georgia, 31547, United States
- Zip Code: 31547
- Zip Code: 31547
- Record
- SN04372985-W 20170119/170117234551-e031c76a0acc282f204d3301978e1e03 (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 |