Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
SOLICITATION NOTICE

84 -- Composite Toe Safety Shoes

Notice Date
1/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FDC SeaTac, PO BOX 13901, 2425 S. 200th Street, Seattle, Washington, 98198
 
ZIP Code
98198
 
Solicitation Number
RFQP06111300008
 
Point of Contact
Christina Wade, Phone: (206) 870-5797
 
E-Mail Address
christina.wade@usdoj.gov
(christina.wade@usdoj.gov)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is RFQP06111300008. This acquisition is UNRESTRICTED. The associated North American Industry Classification System (NAICS) code is 316210. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-64 effective January 18, 2013. The complete text of any of the clauses and provisions are available electronically from the following site: https://www.acquisition.gov/far/index.html OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote; (4) Contractor DUNS Number; (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation); (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104; (7) Do not calculate past the second decimal point of cents; (8) Descriptive literature IAW FAR 52.211-6 as shown within; (9) Complete and return Offeror Representations and Certifications - Commercial Items IAW FAR 52.212-3. 2. Price quotes must be submitted via one of the following methods by 2:00 p.m. Pacific Time, February 15, 2013: Mail to: Federal Detention Center, 2425 S 200 th St., PO Box 13901, Seattle, WA 98198, ATTN: Christina Wade, or Fax to 206-870-1023, ATTN: Christina Wade. NOTE: All contractors MUST be registered in the Central Contractor Registry (CCR) and have an active registration to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.sam.gov DESCRIPTION OF ITEMS: (1) The Federal Detention Center (FDC) SeaTac, Washington has a requirement for a contractor to provide all labor, equipment, material, supervision, and transportation required to provide shoemobile services at FDC SeaTac. (2) The vendor will provide shoemobile services a minimum of two times for each shift to ensure all eligible employees have the opportunity to be fitted and select a pair of shoes; standard shifts are 6:00 a.m. - 2:00 p.m., 2:00 p.m. to 10:00 p.m., and 10:00 p.m. - 6:00 a.m.; shoemobile service periods that include the 6:00 a.m. and 2:00 p.m. shift change are preferred. (3) The vendor will provide a sample of each pair of offered footwear for display at FDC SeaTac a minimum one week prior to the first scheduled visit of the shoemobile. The samples will remain on display at FDC SeaTac until the shoemobile visits are completed at which time they will be returned to the vendor for disposition. While on display, FDC SeaTac will maintain the samples in a locked glass display case. (4) A listing of safety footwear issued during each visit of the shoemobile shall be compiled by the contractor along with receipts signed by the employee receiving shoes. These detailed lists must include the employee's name, size, style and actual price of the shoe issued, not to exceed a maximum price of $100.00 per pair. Employees are not authorized to "pay the difference" for a more expensive pair of shoes. This contract does not cover the purchase of insoles, shoelaces, and other comfort items and accessories. (5) The Period of Performance is Date of Award through March 31, 2013. (6) Technical Requirements for Safety Shoes: (a) Composite toe (no steel shanks/must clear metal detector); (b) Meets minimum compression and impact performance standards of ASTM F2413; (c) All black with no other colors or emblems (e.g., black laces, black outer soles, black leather, etc.); (d) Weather-resistant to water, rain, and other natural elements; and (e) Minimum nine-month warranty. (7) Selection must include a variety of styles in both male and female sizes. There are approximately 125 male and 25 female staff eligible for safety shoes. (8) Selection must include composite toe footwear suitable for correctional officers. Correctional officers spend up to eight hours per day walking and/or standing. Most eligible staff are correctional officers. (9) Selection must include composite toe footwear that is electrical hazard (EH) rated (appropriate for Facilities Maintenance/Electrical staff). There are approximately 10 staff in Facilities Maintenance/ Electrical work areas. (10) Selection must include composite toe non-slip footwear (appropriate for Food Service/Kitchen staff) that meets or exceeds a Mark II oily/wet #1 slip test of.45. There are approximately 10 staff in Food Service/Kitchen work areas. LINE ITEMS: Offerors must submit a price quote for the following styles of safety shoes, brand name or equal (see FAR 52.211-6). The items and quantities listed below are to be used for evaluation purposes only. The quantities, brands and styles of safety shoes available for purchase are not limited to those cited below. These quantities, 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 maximum price is $100.00 per pair. There are no minimum or maximum pairs of footwear guaranteed under this RFQ. (1) Bates - E02263 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-11, all black, weather resistant, slip resistant, EH-rated, side zip, 8" boot (2) Bates - E02264 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-11, all black, weather resistant, slip resistant, EH-rated, side zip, 5" boot (3) Reebok - RB864 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-05, all black, weather resistant, slip resistant, side zip, 6" boot, womens (4) Reebok - RB8874 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-05, all black, weather resistant, slip resistant, side zip, 8" boot (5) Florsheim - FS2716 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-05, all black, weather resistant, slip resistant, moc toe casual oxford (6) Shoes for Crews - Ranger 8280 - 1 pair $ Salient characteristics: Non-metallic composite toe, ASTM F2413-05, water resistant, slip resistant, meets or exceeds the Mark II oily/wet #1 slip test at a coefficient of.45, EH-rated (intended for Food Service/Kitchen staff) Total for all items: $ Solicitation provisions are as follows: 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction of Offerors-Commercial items (FEB 2012) applies to this acquisition. Addenda to 52.212-1: The following paragraphs are hereby deleted from this provision: (e) Multiple offers and (h) Multiple awards (End of provision) 52.212-2 Evaluation--Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the government requirement and price. The following criteria shall be used to establish technical acceptability: Submission of descriptive literature which clearly indicates that the item(s) quoted meets all the salient characteristics as stated in the description of the item(s). Copies of web pages are not acceptable for technical evaluation, you must submit descriptive literature. Technical information shall be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Any offeror who has submitted technically acceptable information will then have their quote evaluated for lowest overall price for all items; therefore, to be considered for award, a quote must be provided for all items 1 through 6 listed above. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). [This paragraph is not applicable to this solicitation.] (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.225-2 Buy American Act Certificate (Feb 2009) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Supplies." (b) Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. (End of provision) Solicitation clauses are as follows: 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. Addenda to 52.212-4: DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT (Bureau of Prisons Clause) (JUNE 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 dependent 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) Footnote: Additional information on citizenship requirements may be obtained from USAJobs at https://help.usajobs.gov/index.php/Employment_of_Non-citizens. Additional information on allied countries may be obtained from the U.S. Department of State, Office of the Legal Advisor, Office of Treaty Affairs. UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR 2852.223 70) (JUN 1996) (a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls. (b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure. (c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working. (d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition. (e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract. (f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material. (End of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders- Commercial Items (Jan 2013) In paragraph (b) the following clauses apply: (23) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3 Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (39) 52.225-1 Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (42) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (51)(i) 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/61105/RFQP06111300008/listing.html)
 
Place of Performance
Address: Federal Detention Center, 2425 South 200h Street, SeaTac, Washington, 98198, United States
Zip Code: 98198
 
Record
SN02973391-W 20130130/130128233953-2fc1b7ea749b1e0c456d24c7b3f039fd (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.