SOLICITATION NOTICE
65 -- Eyeglasses Program - attachment to soliciation
- Notice Date
- 8/1/2018
- 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
- 246-18-Q-0063
- Point of Contact
- Cynthia L Rattler, Phone: 405.951.3989
- E-Mail Address
-
cindi.rattler@ihs.gov
(cindi.rattler@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope of Work Lawton Eyeglass Program 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; proposals are being requested and a written solicitation will not be issued. The solicitation number and a statement that the solicitation is issued as a request for quote (RFQ) 246-18-Q-0063. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1. This solicitation is 100% set-aside for Small business and the associated NAICS code is 339115 - Ophthalmic goods manufacturing and small business size standard is 1000 employees. Cost shall be established at an all-inclusive rate (including shipping and handling) for the following: a. Single vision lens (monovision) with plastic, polycarb (children, elderly or visually impaired) without transition; b. Bi-focal lens with line and c. There shall be no additional charge to the package pricing for oversize, high powers or prisms. Description of requirements for the items are attached in the Scope of Work. Dates and places of delivery and acceptance and FOB point are included in the attached Scope of Work. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Contractors must be registered in the Systems for Award Management (SAM.gov) database. The provision at 52.212-2, Evaluation-Commercial Items, does not apply to this solicitation. Evaluation criteria: A. Firm Fixed Price quote for the base year and one pre-priced option year; B. Propose and provide an all-inclusive rate for services; C. Delivery time, two references for past performance, current contact name and current phone number or e-mail address(es) and D/ Registration in the System for Award Management (SAM) database. Evaluation rating information: Five: outstanding proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. Four: Good - Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Risk of unsuccessful performance is low. Three: Acceptable - Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Two: Marginal - Proposal does not clearly meet requirements and indicates an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable - Proposal does not meet requirements and contains one of more deficiencies. Proposal is un-awardable. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda to the clause is attached. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The date, time and place offers are due: August 16, 2018 at 4 p.m. CDT. Contact: Cynthia Rattler, cindi.rattler@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0063/listing.html)
- Place of Performance
- Address: Lawton Indian Hospital 1515 Lawrie Tatum Road, Lawton, OK 73507, Anadarko Indian Health Center, 201 Parker McKenzie Drive, Anadarko, OK 73005, Carnegie Indian Health Center, 212 East 4th, Carnegie, OK 73015, Lawton, Oklahoma, 73507, United States
- Zip Code: 73507
- Zip Code: 73507
- Record
- SN05015692-W 20180803/180801231405-4e5badcb71081019079520940292145e (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 |