Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

84 -- Safety Shoes - Residency Requirement - Business Management Questionnaire - Representations and Certifications

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424340 — Footwear Merchant Wholesalers
 
Contracting Office
Department of Justice, Bureau of Prisons, FMC Devens, 42 Patton Road, Devens, Massachusetts, 01432
 
ZIP Code
01432
 
Solicitation Number
RFQ20507-0018-09
 
Archive Date
11/20/2009
 
Point of Contact
Jason A. Bullen, Phone: 1-978-796-1147, Christine L. Souza,
 
E-Mail Address
JBullen@bop.gov,
(JBullen@bop.gov, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications Business Management Questionnaire Residency Requirement Form Combined Synopsis/Solicitation Safety Shoes for Uniformed Staff General Requirements: The Federal Bureau of Prisons, Federal Medical Center Devens, located at 42 Patton Road, Ayer, Massachusetts is soliciting for the acquisition of safety shoes for uniformed staff. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a total small business set-aside. The NAICS code for this requirement is 424340; the small business size standard is 100 employees. This combined synopsis/solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular FAC 2005-32. Description of Items: This acquisition will require safety toe shoes for an estimated 246 uniformed staff. The price per pair may not exceed $125.00. All specifications should be available in both women and men styles. Below are specifications to be equal or better. Please submit at least two selections, but not more than five selections, for each of the following specifications: 1) 8" safety toe boot (composite or steel), waterproof, light weight, side-zip, polishable black leather 2) 6" safety toe boot (composite or steel), waterproof, light weight, side zip, polishable black leather 3) oxford safety toe shoe (composite or steel), waterproof, light weight, polishable black leather 4) oxford safety toe shoe (composite), waterproof, light weight, polishable black leather, security friendly 5) 8" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather, security friendly 6) 6" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather, security friendly 7) 8" safety toe boot (composite), waterproof, light weight, side zip, polishable black leather, security friendly 8) 6" safety toe boot (composite), waterproof, light weight, side zip, polishable black leather, security friendly Samples are required with submission of quotes. Delivery Schedule: Contractor will be required to provide four (4) mobile shoe sizings to cover all three (3) shifts; day 8:00AM-4:00PM, evening 4:00PM-12:00AM, mornings 12:00AM-8:00AM and one (1) make up time. Sizing schedule will be negotiated after award is made. The Federal Medical Center Devens will provide contractor with list of uniformed staff required to receive safety shoes. Safety Shoes must be delivered and distributed by contractor by July 31, 2009. Upon delivery, the contractor shall be responsible to provide delivery documents containing the name of the staff member, description of the safety shoe and price. Contract Clauses and Solicitation Provisions: The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far. The following FAR provisions are applicable to this acquisition; 52.212-1, Offeror Representations and Certifications-Commercial Items (NOV 2006); 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006); 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998); 52.252-3, Alterations in Solicitation (APR 1984). The following FAR clauses are applicable to this acquisition; 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007); 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2006); 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3 Convict Labor (June2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2006; 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.225-1, Buy American Act-Supplies; 52.232-33, Payment by Electronic Finds Transfer Central Contractor Registration (OCT 2003); 52.252-2, Clauses Incorporated by Reference (FEB 1998). The following BOP Clauses in full text below apply to this acquisition: Security of Systems and Data, Including Personally Identifiable Information (MAR 2008) a. Systems Security: The work to be performed under this contract requires the handling of data that originated within the Department, data that the contractor manages or acquires for the Department, and/or data that is acquired in order to perform the contract and concerns Department programs or personnel. For all systems handling such data, the contractor shall comply with all security requirements applicable to Department of Justice Systems, including by not limited to all Executive Branch system security requirements (e.g., requirements imposed by OMB and NIST), DOJ IT Security Standards and DOJ Order 2640.2E. The contractor shall provide DOJ access to and information regarding the contractor's systems when requested by the Department in connection with its efforts to ensure compliance with all such security requirements, and shall otherwise cooperate with the Department in such efforts. DOJ access shall include independent validation testing of controls, system penetration testing by DOJ, FISMA data reviews, and access by the DOJ Office of the Inspector General for its reviews. The use of contractor-owned laptops or other media storage devices to process of store data covered by this clause is prohibited until the contractor provides a letter to the Contracting Officer (CO) certifying the following requirements: 1. Laptops must employ encryption using a NIST Federal Information Processing Standard (FIPS) 140-2 approved product; 2. The contractor must develop and implement a process to ensure that security and other applications software is kept up-to-date; 3. Mobile computing devices will utilize anti-viral software and a host-based firewall mechanism; 4. The contractor shall log all computer-readable data extracts from databases holding sensitive information and verify each extract including sensitive data has been erased within 90 days or its use is still required. All DOJ information is sensitive information unless designated as non-sensitive by the Department; 5. Contractor-owned removable media, such as removable hard drives, flash drives, CDs, and floppy disks, containing DJB data, shall not be removed from DOJ facilities unless encrypted using a NIST FIPS 140-2 approved product; 6. When no longer needed, all removable media and laptop hard drives shall be processed (sanitized, degaussed, or destroyed) in accordance with security requirements applicable to DOJ; 7. Contracting firms shall keep an accurate inventory of devices used on DOJ contracts; 8. Rules of behavior must be signed by users. These rules shall address at a minimum: authorized and official use;prohibition against unauthorized users; and protection of sensitive data and personally identifiable information. 9. All DOJ data will be removed from contractor-owned laptops upon termination of contractor work. This removal must be accomplished in accordance with DOJ IT Security Standard requirements. Certification of data removal will be performed by the Contractor's project manager and a letter confirming certification will be delivered to the CO within 15 days of termination of contractor work. b. Data Security: By acceptance of, or performance on, this contract, the contractor agrees that with respect to the data identified in paragraph a, in the event of any actual or suspected breach of such data (i.e., loss of control, compromise, unauthorized disclosure, access for an unauthorized purpose, or other unauthorized access, whether physical or electronic), the contractor will immediately (and in no event later than within one hour of discovery) report the breach to the DOJ CO and the contracting officer's technical representative (COTR). If the data breach occurs outside of regular business hours and/or neither the CO or the COTR can be reached, the contractor shall call the DOJ Computer Emergency Readiness Team (DOJCERT) at 1-866-US4-CERT (1-866-874-2378) within one hour of discovery of the breach. The contractor shall also notify the CO as soon as possible during regular business hours. c. Personally Identifiable Information Notification Requirement: The contractor further certifies that it has a security policy in place that contains procedures to promptly notify any individual whose personally identifiable information (as defined by OMB) was, or is reasonably believed to have been, breached. Any notification shall be coordinated with the Department, and shall not proceed until the Department has made a determination that notification would not impede a law enforcement investigation or jeopardize national security. The method and content of any notification by the contractor shall be coordinated with, and be subject to the approval, of the Department. The contractor assumes full responsibility for taking corrective action consistent with the Department's Data Breach Notification Procedures, which may include offering credit monitoring when appropriate. d. Pass-through of Security Requirements to Subcontractors (MAR 2008) The requirements set forth in Paragraphs a through c above, apply to all subcontractors who perform work in connection with this contract. For each subcontractor, the contractor must certify that it has required the subcontractor to adhere to all such requirements. Any breach by a subcontractor of any of the provisions set forth in this clause will be attributed to the contractor. (End of Clause) Department of Justice (DOJ) Residency Requirement - Bureau of Prisons Clause (JUN 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2.worked for the U.S. overseas in a Federal or military capacity; or 3. Been a dependant of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (End of Clause) Evaluation Factors: The government intends to make an award on a all-or-none basis. Quotations will be evaluated and award will be based on the price, quality, delivery and overall best value to the Government. With your quote provide all specifications and samples. Contractor must be able to deliver items no later than July 31, 2009. The Government will make award to the responsible offeror whose offer conforms to this solicitation and is most advantageous. The proposed price must include all associated charges, fees and delivery cost (FOB Destination). Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) The request for quotation number (RFQ20507-0018-09) 2) Schedule of items with pricing 3) Contractor Dunn & Bradstreet Number and Tax Identification Number 4) Complete copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2006). 5) Completed Residency Requirement 6) Completed Business Management Questionnaire 7) Completed Offeror Representations and Certifications 8) Samples of safety shoes Offers are due no later than June 18, 2009 at 3:00PM, local time. Offers received after this date may not be considered for award. Faxed or emailed offers will not be accepted. Anticipated date of award is on or about June 25, 2009. Postal mail to: Federal Bureau of Prisons, FMC Devens, Attn: Jason A. Bullen, P.O. Box 880, Ayer, MA 01432 Hand deliver to: Federal Medical Center Devens,42 Patton Road, Ayer, MA 01432. Express mail to: Federal Bureau of Prisons, FMC Devens, Attn: Jason A. Bullen, 36 Independence Drive, Building 1677, Ayer, MA 01432 Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the Central Contractor Registration (CCR) Database at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20507/RFQ20507-0018-09/listing.html)
 
Place of Performance
Address: FMC Devens 42 Patton Road, Ayer, Massachusetts, 01432, United States
Zip Code: 01432
 
Record
SN01832322-W 20090603/090601234829-e3c5a27e9924e37d9cc3f1bdb96b257a (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.