Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2007 FBO #2012
SOLICITATION NOTICE

84 -- SAFETY SHOES

Notice Date
5/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB3100-7017-1003
 
Response Due
6/13/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Distribution Center Norfolk, VA (DDNV) has a requirement for the delivery of safety shoes via a shoemobile that will visit the depot every other Wednesday. This requirement consists of a Base Year and Two (2) Option Years, with a quantity Not-to-Exceed 275 pairs of safety shoes during each period of performance; the period of performance for the Base Year is July 1, 2007 through June 30, 2008, the period of performance for Option Year 1 is July 1, 2008 through June 30, 2009, and the period of performance for Option Year 2 is July 1, 2009 through June 30, 2010. Further details of this requirement are contained in the following Statement of Work for Safety Shoes: The safety shoemobile will come to Defense Distribution Center DDNV, Building W-143, Norfolk, VA every other Wednesday. The first visit will be from 0800 to 1200 hours, and the next visit will be from 1230 to 1630 hours. The visits will alternate in this manner every other Wednesday. The Government may reschedule times and dates for this service by providing advance notice to the contractor within five (5) days of the desired date. A listing of safety footwear issued during each visit shall be compiled by the contractor, along with receipts signed by the employee receiving the shoes, and delivered to the designated Government Point of Contact (POC). These lists will include the employees name, badge number, size, style and price of shoe issued/bought. The total dollar value of all shoes issued/bought during the visit, and the total number of pairs of shoes, shall also be included. Special order shoes will show the name of the employee on the outside of the box. Effective 11/04/2004, only high-top safety footwear can be purchased by government employees under the resulting purchase order. The contractor will invoice the government for the actual price of the safety footwear that is purchased, up to the amount of the government subsidy, which is $80.00 for any style that is purchased. Any charges incurred by the employee over this amount during the purchase of safety footwear will be paid in cash by the employee, and will be collected by the contractor at the time of sale. Authorized employees will submit a DDNV form signed by their supervisor and the DDNV Personnel Office to be admitted to the shoemobile for service. (End of Statement of Work) This notice constitutes a combined synopsis/solicitation for commercial items, 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 solicitation document; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request For Quotation (RFQ), reference number SB3100-7017-1003. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070426. This solicitation is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code for this requirement is 316213, and the associated size standard is 500 employees to be classified as a small business concern. Line Item 0001 (Base Year), Safety Shoes for DDNV Employees, Period of Performance from 01 July 2007 to 30 June 2008. Total quantity for line item 0001 is Not-to-Exceed 275 pairs of safety shoes. Line Item 1001 (Option Year 1), Safety Shoes for DDNV Employees, Period of Performance from 01 July 2008 to 30 June 2009. Total quantity for line item 1001 is Not-to-Exceed 275 pairs of safety shoes. Line Item 2001 (Option Year 2), Safety Shoes for DDNV Employees, Period of Performance from 01 July 2009 to 30 June 2010. Total quantity for line item 2001 is Not-to-Exceed 275 pairs of safety shoes. The delivery and acceptance address for the safety shoes will be: Defense Distribution Center Norfolk, Building W-143, Norfolk, VA 23512-5100. For each Period of Performance, Offerors must submit a list of the prices available for the following styles of safety shoes-1) Dickies 1332, 2) Gearbox 128, 3) Georgia 6374, 4) Magnum 5911, 5) Magnum 5912, 6) MCH 564, 7) Nautilus 39, 8) Nautilus 1397 and 9) Wolverine 4713. Evaluation for award shall be in accordance with FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999). Award will be based upon the lowest evaluated price. The brands and styles of safety shoes available for purchase is not limited to those cited above. Those brands and styles are included for pricing evaluation purposes only. It is anticipated and desired that offerors will offer a variety of brands and styles at a range of prices. The following clauses and provisions apply to this acquisition and are incorporated for purposes of this notice-they will be included in the contract award document by either reference or full text. The full text version of these clauses and provisions may be viewed at: http://farsite.hill.af.mil/ FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (SEP 2006) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 2006) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2007) ADDENDA TO 52.212-4: THE FOLLOWING CLAUSES ARE HEREBY INCORPORATED: 52.217-5 EVALUATION OF OPTIONS 52.217-8 OPTION TO EXTEND SERVICES 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 30 days before the contract expires; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract 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 three (3) years. (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2007). THE FOLLOWING CLAUSES ARE APPLICABLE TO THIS ACQUISITION: 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET ASIDE 52.222-3 CONVICT LABOR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES 52.222-21 PROHIBITION OF SEGREGATED FACILITIES 52.222-26 EQUAL OPPORTUNITY 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.247-64 PREFERENCE FOR PRIVATELY OWNED U.S.-FLAG COMMERCIAL VESSELS (APRIL 2003) 252.212-7000 OFFEROR REPRESENTATIONS AND CERIFICATIONS (JUNE 2005) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2005). The following additional DFARS clauses are applicable to this acquisition: 252.225-7036 BUY AMERICAN ACT-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (JAN 2005) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002) DFARS 252.225-7035 BUY AMERICAN ACT-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JAN 2005) Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their quotation. Offerors must also submit a completed copy of DFARS 252.225-7035 BUY AMERICAN ACT-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE with their offer. Contractor must be capable of accepting electronic fund payment for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE-http://www.ccr.gov/ or an award cannot be processed. Contractors should also be able to accept Government Credit Card for payment. All responsible small business concerns may submit a quotation (the list of prices available for designated shoes to be used for evaluation purposes) which shall be considered by this agency. Quotations and representations/certifications (or indication that representations/certifications have been completed at the ORCA website) are required no later than the close of business on June 13, 2007. Price quotations may be sent via any of the following methods: 1) fax to 717-770-7591, Attention: Dusty Kruger, 2) email to james.kruger@dla.mil, or 3) mail to Defense Distribution Center, DDC-AB, ATTN: Dusty Kruger, 2001 Mission Drive, Building 404, New Cumberland, PA 17070. Point of Contact The name and telephone number of the individual to contact for information regarding this solicitation is: Dusty Kruger, Contract Specialist, phone 717-770-6892, FAX 717-770-7591, email james.kruger@dla.mil Place of Performance Address: DEFENSE DISTRIBUTION CENTER NORFOLK, BUILDING W-143, NORFOLK, VA Postal Code: 23512-5100 Country: USA
 
Place of Performance
Address: DEFENSE DISTRIBUTION CENTER NORFOLK, BUILDING W-143, NORFOLK, VA, Postal Code: 23512-5100,
Zip Code: 23512-5100
Country: UNITED STATES
 
Record
SN01304406-W 20070531/070529220034 (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.