SOLICITATION NOTICE
83 -- RUNNING SHOES
- Notice Date
- 1/23/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316219
— Other Footwear Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG8-09-Q-PUD900
- Archive Date
- 2/28/2009
- Point of Contact
- Jess A Maanao, Phone: (202)372-4069
- E-Mail Address
-
jess.k.maanao@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard invites your company to submit a proposal for the brand name or equal to Running Shoes in accordance with FAR 11.107(a) and the below Specifications. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted basis. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). SPECIFICATIONS: SHOE, SNEAKERS, RUNNING, MEN’S AND WOMEN’S SHALL BE IN ACCORDANCE WITH THE STATED REQUIREMENTS. THE SHOE SHALL BE A RUNNING SHOE THAT PROVIDES BOTH A STABLE PLATFORM AND SMOOTH TRANSITION WHILE RUNNING. SALIENT CHARACTERISTICS: THIS PURCHASE DESCRIPTION COVERS THE REQUIREMENTS FOR A U.S. COAST GUARD RUNNING SHOE. THIS ITEM IS INTENDED TO BE WORN BY MALE AND FEMALE MILITARY PERSONNEL OF THE DEPARTMENT OF HOMELAND SECURITY FOR FITMESS ACTIVITY FOR THE PHYSICAL TRAINING UNIFORM. THE SHOES SHALL BE AVAILABLE IN THE FOLLOWING TYPES AND SIZES: Type I – Male Sizes/: Widths D 7-13,14,15,16 / Width 2E 7-13,14,15,16 / Width 4E 7-13,14,15,16 Type II- Female Sizes: Width 2A 6-11,12,13 / Width B 5-11,12,13 / Width D 5-11,12,13 THE MIDSOLE SHALL HAVE A DUAL DENSITY MOLDED EVA FOAM FOR ADDED STABILITY AND SHOCK DISPERSION. THE SHOE SHALL HAVE SINGLE DENSITY POLYURETHANE AND CONTAIN A BLOWN RUBBER OUTSOLE. THE OUTSOLE SHALL BE SLIP-RESISTANT AND NON-MARKING. THE HEEL SHALL HAVE A SHOCK ABSORBING MATERIAL TO DISPLACE ENERGY TO SOFTEN THE REPEATED FOOT STRIKE IMPACT FOR ENHANCED CUSHIONING BENEFITS. THE FINISHED SHOE SHALL MEET THE FOLLOWING REQUIREMENTS: NATURAL LEATHER MATERIALS: Thickness = 1.3 mm (min.) in accordance with ASTM D1813 Tensile Strength = 30.5 kg/1.27cm (min.) Length in accordance with ASTM D2209 = 40.0 kg/1.27 cm (min.) Width in accordance with ASTM D2209 Elongation = 35.0 % (max.) in length in accordance with ASTM D2211 = 34.0% (max.) in width in accordance with ASTM D2211 Tear Strength; Tongue Method = 5.0 kg (min.) Length in accordance with ASTM D4704 = 5.5 kg (min.) Width in accordance with ASTM D4704 Colorfastness; Crocking = Dry; not less than 4.5 when tested in accordance with ASTMD 5053 = Wet; not less than 3.5 when tested in accordance with ASTMD 5053 Mullen Burst = 34.0 kg/cm2 (min.) in accordance with ASTM D3786 Taber Abrasion = not greater than 4.5 when tested in accordance with ASTM D3884 Conditions: Wheel: (CS-17) Load: (1000g) Cycles: (1,000) Percentage Weight Loss: 1.60% LINING MATERIALS: Thickness = 7.7 mm (min.) in accordance with ASTM D1813 Weight = 370 G/M2 (min.) in accordance with ASTM D3776, Option C Breaking Force; Strip Method = 15.0 Kg/2.54 cm (min.) Length in accordance with ASTM D5035 = 38.0 Kg/2.54 cm (min.) Width in accordance with ASTM D5035 Elongation; Strip Method = 144.0 % (max.) Length in accordance with ASTM D5035 = 86.0 % (max.) Width in accordance with ASTM D5035 Tear Strength; Tongue Method = 2.3 kg (min.) Length in accordance with ASTM D2261 = 4.5 kg (min.) Width in accordance with ASTM D2261 Mullen Burst = 13.5 kg/cm2 (min.) in accordance with ASTM D3786 Martindale Abrasion (50k revs, 12 kPa) = not less than 4.0 in accordance with Satra TM31 Method A MESH MATERIALS: Thickness = 3.3 mm (min.) in accordance with ASTM D1813 Weight = 390.0 G/M2 (min.) in accordance with ASTM D3776, Option C Breaking Force; Strip Method = 67.0 Kg/2.54 cm (min.) Length in accordance with ASTM D5035 = 28.5 Kg/2.54 cm (min.) Width in accordance with ASTM D5035 Elongation; Strip Method = 82.0 % (max.) Length in accordance with ASTM D5035 = 64.0 % (max.) Width in accordance with ASTM D5035 Tear Strength; Tongue Method = 14.0 kg (min.) Length in accordance with ASTM D2261 = 8.0 kg (min.) Width in accordance with ASTM D2261 Mullen Burst = 26.0 Kg/cm2 (min.) in accordance with ASTM D3786 Taber Abrasion = no less than 4.0 when tested in accordance with ASTM D3884 Conditions: Wheel: (H38), Load: (1000g) Cycles: (2,000) Percentage Weight Loss: 0.45% SHOCK ATTENUATION TEST: The finished shoe shall be tested for shock attenuation to optimize user comfort and reduce injury in accordance with ASTM F1614; Shock Attenuating Properties of Material Systems for Athletic Footwear. Peak Acceleration (Peak g) shall not exceed 10.0 g in the Forefoot or 9.0 g in the Rear foot when tested with the removable insert. FOREFOOT FLEXIBILITY TEST. The finished shoe shall be tested for forefoot flexibility to optimize user comfort and reduce injury. Peak forefoot flexibility (N-m/degree) shall not exceed 0.260 N-m/degree when tested with the removable insert. THE UPPER MATERIAL SHALL BE A COMBINATION OF TOP FABRIC, FOAM, AND KNIT BACKER, PIGSKIN, LACE, REFLECTIVE -3M FILM, COLLAR FOAM, PLASTIC, SPEEDLACE, THREAD, REINFORCERS, AND COUNTER. THE SHOES SHALL BE LOW CUT STYLE, WITH EYELETS AND FUNCTIONAL LACING SYSTEM. THE SHOE SHALL HAVE A TOTAL OF 12 EYELETS, SIX ON EACH SIDE (TWO ADJOINING EYELETS AT THE TOP). THE EYELETS SHALL BE APPROXIMATELY ½ INCH APART. THE SHOE SHALL BE FULLY LINED AND HAVE REMOVEABLE INSERTS. ALL UPPER AND MIDSOLE COMPONENTS SHALL BE PREDOMINATELY BLACK, WITH GREY AND WHITE SUBASSEMBLIES. IT IS PREFERRED THAT ALL ADDITIONAL COMPONENT PIECES SUCH AS THE BOXTOE, SYNTHETIC LEATHER, LABELS LOGOS, SOLES, INSERTS AND LINING BE MADE DOMESTICALLY, HOWEVER, NOT A REQUIREMENT. SYNTHETIC LEATHERS CAN BE SUBSTITUTED FOR GENUINE LEATHER IF THE MATERIAL IS MADE IN THE USA. THE WEIGHT FOR MEN’S 9.5 SHALL BE 11.5 OZ. THE STANDARD SAMPLE SIZE REQUIRED FOR THE MEN’S SHOE IS A 9.5 AND A 7 FOR WOMEN’S. QUALITY ASSURANCE PROVISIONS: THE CONTRACTOR SHALL ASSURE THAT ALL ITEMS ARE FREE OF CONSUMER TYPE DEFECTS SUCH AS: NOT PROPERLY MATED, ANY SPOT STAIN OR FOREIGN MATTER, NOT SPECIFIED COLOR; FININSH FLAKY, CHIPPED, STREAKY, CRACKED OR SHOW RUNS ON UPPERS; ANY MATERIAL DAMAGED, ROUGH OR DEEP SCRATCHES; LINING WRINKLED OR EXCESSIVE FULLNESS; ANY CUT, TEAR, HOLE, REPAIR, ABRASION; ANY COMPONENT OR ASSEMBLY MISPLACED, OPERATION OMITTED OR NOT PROPERLY PERFORMED; ANY OPEN SEAM, LOOSE OR TIGHT TENSION; ANY ROW OF STITCHING OMITTED, NEEDLE HOLES OR NEEDLE CHEWS. SAMPLING FOR VISUAL INSPECTION. EXAMINATION FOR ABOVE DEFECTS SHALL BE IN ACCORDANCE WITH INSPECTION LEVEL II, AQL 2.5 OF AMERICAN NATIONAL STANDARD ANSI/ASQC Z1.4. THE OFFEROR/CONTRACTOR IS ENCOURAGED TO USE RECOVERED MATERIALS TO THE MAXIMUM EXTENT PRACTICABLE, IN ACCORDANCE WITH PARAGRAPH 23.403 OF THE FEDERAL ACQUISTION REGULATION (FAR). THE PRODUCTS PROVIDED SHALL MEET THE SALIENT CHARACTERISTICS OF THIS DESCRIPTION/SPECIFICATION AND CONFORM TO THE PRODUCERS’ OWN STANDARDS AND QUALITY ASSURANCE PRACTICES USED FOR SIMILAR PRODUCTS OFFERED FOR SALE IN THE COMMERCIAL MARKET. THE GOVERNMENT RESERVES THE RIGHT TO REQUIRE PROOF OF SUCH CONFORMANCE. PACKAGING, PACKING AND MARKING: PACKAGING: EACH PAIR OF SHOES SHALL BE PACKAGED IN A ONE OR TWO PIECE STYLE SET UP BOX IN ACCORDANCE WITH STANDARD COMMERICAL PRACTICES. EACH SHOE SHALL BE WRAPPED IN A SHEET OF COMMERCIAL GRADE TISSUE PAPER. PACKING: SHALL BE IN ACCORDANCE WITH ASTM-D-3951 (STANDARD PRACTICE FOR COMMERCIAL PACKAGING). SHIPPING CARTONS SHALL BE MARKED IN ACCORDANCE WITH ASTM D 3951 AND SHALL INCLUDE: SIZE, NSN, WITH UPC NUMBER AND BAR CODE, THE CONTRACTOR’S NAME/LOGO, CONTRACT NUMBER AND ITEM DESCRIPTION. Quantities: Our minimum quantity will be 1000 and a maximum quantity will be 1500 and must be delivered with in 60 days of award. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration (FAR 52-232-33 Payment by Electronic Funds Transfer/Central Contractor Registration, May 1999). CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. AWARD CANNOT BE MADE UNLESS REGISTERED. The Offeror must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal as well as the Product Demonstration Model by 2:00 PM, ET, FEB 13, 2009. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Specifications and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. TECHNICAL AND COST PROPOSAL: Provide Firm Fixed-Price, offerors must submit an original and one copy of the proposal to PO Jess Maanao, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Jess.K.Maanao@uscg.mil are acceptable, but must be timely. Product Demonstration Model (PDM) Proposal: Offerors are required to submit all Product Demonstration Models that consist of one (1) model per brand name on or before 2:00 PM, ET, FEB 13, 2009. PDM submissions shall be submitted to: Clothing Design and Technical Office 14 Kansas Street Bldg 86 Room 123 Natick MA 01760 Attn: Alison Mack-DiIulio Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the senders request and expense, unless they are destroyed during pre-award testing. The product samples shall tested for conformance to the specifications. Failure of the models to conform to the required characteristics may have their offer rejected. Failure to provide models by the time and date specified in the solicitation may be a cause for rejection if not otherwise eligible under the provisions for considering late offers. PDMs will become Government property unless return is requested within 30 days after award. If offeror plans to use multiple place of performance a PDM shall be submitted for each proposed place of performance. The awarded Contractor will be required to submit a first article for testing and approval by the Coast Guard Clothing Design and Technical Office (CDTO). The U.S. Coast Guard may waive the requirement for first article testing and approval where supplies identical or similar to those called for in the schedule have been previously furnished by the Contractor and have been accepted by the U.S. Coast Guard. The Contractor may request a waiver. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. PROPOSAL EVALUATION CRITERIA: (1) Technical approach. (2) Past Performance. (3) Price and price-related factors. This will be a Best-Value award determination. Price and Past Performance will be factors, but Technical factors are far more important. Technical Approach: This will be the first step in the evaluation process of the tennis shoes. The Offeror must demonstrate a thorough understanding of the requirements set forth in the Specifications through their PDM submission. Any company that wishes to submit a sample must have the following supporting data: • Item nomenclature/description, style number and manufacturing location. • A short description of the performance history of the item as applicable. • A list and description of component materials, parts, and suppliers used to produce the item, as applicable. • A report from an independent testing laboratory with sufficient data to demonstrate compliance with requirements in the applicable specification. This report will indicate that the minimum specification requirements have been met. The items will be evaluated by the Clothing Design Technical Office (CDTO) for conformance to design and overall requirements of the applicable specifications. Other factors also considered will be appearance and overall quality. After evaluating the submitted tests results, a final award determination will be made (domestic/foreign offers will be awarded IAW FAR 25). FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: 52.204-7 Central Contractor Registration (Oct 2003), 52.204-8 Annual Representations and Certifications (Jan 2005), 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), 52.212-3, Offeror Representations and Certifications-Commercial Items (SEPT 07) 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (JAN 2009). 52.219-6 Notice of Total Small Business Set-Aside (June 2003), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 2008), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007). 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (FEB 2002). 52.225-1 Buy American Act-Supplies (June 2003), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), 52.232-18, Availability of Funds (Apr 1984). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor registration (Oct 2003), 52.233-1 Disputes (Alternate 1)(Dec 1991), 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), 52.243-1 Changes-Fixed Price (Aug 1987), 52.247-34 F.o.b. Destination (Nov 1991), 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), 52.249-8 Default (Fixed Price Supply and Service) (Apr 1984) 52-211-6 Brand Name or Equal. (Aug 1999) The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. QUESTIONS: Any questions about this requirement must be in writing and submitted electronically through email to Jess.K.Maanao@uscg.mil. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, Jan 30, 2009. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. POST AWARD INSTRUCTIONS; In accordance with Federal Acquisition Regulation (FAR) clause 52.209-4 First Article Approval Government Testing, paragraphs (a) and (b) of the clause are hereby included in full text, and the remainder of the clause is incorporated by reference. PARAGRAPH (a): The Contractor shall deliver 10% of the Contract Line Item Number (CLIN) 0001 (first article) in the contract, within 30 CALENDARD DAYS from the date the order is received by the Contractor. The first article shall be shipped to U.S. Coast Guard Clothing Design and Technical Office, Attention: Alison Mack-DiIulio, U.S. Army Soldier Systems Center, Warehouse 20-86, 15 Kansas Street, Natick MA 01760 for testing and approval. The shipping documentation shall contain the contract number and the item identification. The first article testing of the Tennis Shoe will consist of a visual examination for defects that affect appearance, serviceability, or salability and workmanship. Each finished shoe shall be visually examined to ensure conformance to the requirements and specifications above. Each shoe shall be uniform in appearance and shall be free from defects that could affect the form, fit, function, quality and serviceability of the finished item. Should the first article lot be destroyed during first article inspection or rendered unusable as a result of the first article inspection, it will be the Contractors responsibility to repair or replace the first article lot after the inspection so that they are part of the production lot. If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article. The Contractor shall furnish the additional first article to the Government under the terms and conditions and within the time specified by the Government. Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Within 7 calendar days after the U.S. Coast Guard receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specification and all other terms and conditions of the contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite the reasons for the disapproval. The production order shall be delivered to the following address: U.S. Coast Guard Uniform Distribution Center, 414 Madison Ave, Woodbine NJ 08270, and 125 shoes must be made within 15 OF CALENDAR DAYS of first article acceptance. PARITAL SHIPMENTS WILL BE ACCEPTED
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98a2d8381f0e8aaab38f122a29d20d1b&tab=core&_cview=1)
- Record
- SN01737084-W 20090125/090123223357-98a2d8381f0e8aaab38f122a29d20d1b (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 |