Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

84 -- Shoe Mobile

Notice Date
9/10/2007
 
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
SP3100-08-T-0010
 
Response Due
9/21/2007
 
Archive Date
12/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotation (RFQ), reference number SP3100-08-T-0010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-20, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070906. 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 small business concerns. DESCRIPTION OF SERVICES: The Defense Distribution Center Oklahoma, Oklahoma City, OK (DDOO) has a requirement for the delivery of safety shoes via a shoe mobile that will visit the depot on the last Friday of each month. This requirement consists of Base Year and Two (2) Option Year periods with an estimated quantity of 150 pairs of safety shoes during each period of performance. The period of performance will begin 1 October 2007 through 30 September 2008. STATEMENT OF WORK: The Safety Shoe Mobile will come to the Defense Distribution Center Oklahoma, Tinker Air Force Base, 3301 F Avenue, Bldg 506, Oklahoma City, OK 73145 on the last Friday of each month during the hours of 0730 to 1600. The Government may reschedule the date for this service by providing advance notice to the contractor within five (5) days of the desired date. The Government allowance for Safety Shoes is $100.00 per employee per year. Any charges above $100.00 must be paid by the employee at the time of issuance of the safety shoes. In order to be eligible for either direct payment or reimbursement, employees must present a DDOO Form 2005 completed and signed by their supervisor. 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 shall 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. 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 $100.00 for any style that is purchased. Any charges incurred by the employee over this amount during the purchase of the safety footwear will be paid in cash by the employee, and will be collected by the contractor at the time of the sale. PERIOD OF PERFORMANCE AND LINE ITEMS: Line Item 0001 (Base Year), Period of Performance: 1 Oct 2007 to 30 Sep 2008 ? Total quantity is estimated at 150 pairs of safety shoes. Line Item 1001 (Option Year 1), Period of Performance: 1 Oct 2008 to 30 Sep 2009 ? Total quantity is estimated at 150 pairs of safety shoes. Line Item 2001 (Option Year 2), Period of Performance: 1 Oct 2009 to 30 Sep 2010 ? Total quantity is estimated at 150 pairs of safety shoes. The quantities shown above are estimated only. They represent the Government?s best known estimated quantity for each year. If the Government?s requirements do not result in the quantity described as estimated; such event shall not constitute the basis for an equitable price adjustment under this contract. Payment will only be for the actual quantities provided to the Government at the prices specified. For each Period of Performance, Offerors must submit a list of prices available for the following styles of safety shoes- (1) Dr Martin #8845 and #8855; (2) Harley Davidson #91035, #93046 and #91137; (3) Converse #4805 and #4180; and (4) Nautilus #1620. 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 and 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) applies to this acquisition with the following addenda to this provision; Addenda to FAR 52.212-1: The following paragraphs are deleted from this provision: (h) multiple awards and; (i) availability of requirements documents cited in the solicitation. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2007) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Aug 2007) Addenda to 52.212-4; The following clauses are hereby incorporated: FAR 52.217-8 Option to Extend Services FAR 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 (Aug 2007). The following FAR clauses are applicable to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels DFARS 252.212-7000 Offeror Representations and Certifications DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007). The following additional DFARS clauses are applicable to this acquisition: 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program (Mar 2007) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 Transportation of Supplies by Sea (May 2002) Price quotations and the certifications at FAR 52.212-3 (or indication that representations/certifications have been completed at the ORCA website-http://www.orca.bpn.gov) must be submitted via one of the following methods by 21 September 2007 at 3:00 PM EST: (1) email to: Roberta.Witmer@dla.mil (2) facscimile to; 717-770-7591 (ATTN: Roberta Witmer) or; (3) mail to: Defense Distribution Center DDC-AB, ATTN: R. Witmer 2001 Mission Drive, Bldg 404 New Cumberland, PA 17070-5000 Contractors must be able to accept the Government Credit Card for payment. To receive an award resulting from this Request for Quotation, offerors MUST be registered in the Central Contractor Registration (CCR) Database IAW FAR 52.212-1(k) and DFARS 252.204-7004. Registration may be done on line at: www.ccr.gov. 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.
 
Place of Performance
Address: Defense Distribution Center Oklahoma, Tinker Air Force Base, 3301 F Avenue, Bldg 506, Oklahoma City, OK
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01400551-W 20070912/070910220111 (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.