Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2013 FBO #4236
SOURCES SOUGHT

83 -- CIVILIAN MARINERS SAFETY SHOES

Notice Date
6/28/2013
 
Notice Type
Sources Sought
 
NAICS
448210 — Shoe Stores
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-R-6009
 
Point of Contact
Mary L. McNair, Phone: (757) 443-5884, Corey Squires, Phone: (757) 443-5876
 
E-Mail Address
mary.mcnair@navy.mil, corey.squires@navy.mil
(mary.mcnair@navy.mil, corey.squires@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THS IS NOT A SOLICITATION OR REQUEST FOR QUOTES AND NO CONTRACT OR PURCHASE ORDER WILL BE AWARDED FROM THIS NOTICE. MSC strives to maintain the safety of the CIVMARs throughout the time with MSC. All government purchased equipment must be in compliance with rules and regulations. As such, MSC provides safety shoes to every new hire employed with MSC to ensure foot safety and protection from work hazards. Each safety shoe funded by MSC must meet or exceed The Occupational Safety and Health Administration (OSHA) regulations and must comply with ASTM standard F2413-05: American National Standard for Personal Protective Footwear. This standard has become the guideline for determining proper footwear in MSC's work environment. MSC desires to obtain contracted services to provide safety shoes that meet or exceed ASTM Standards to approximately 25-50 new hires during New Employee Orientation (NEO) held twice a month. TASK DESCRIPTION: The Service Provider (SP) will receive a bi-weekly list of eligible employees to receive one pair of MSC-funded safety shoe. The SP will bring a variety of steel toe safety shoes to the NEO session, currently held at Norfolk Naval Base in Norfolk, Virginia. The Government has the right to change locations as necessary in order to fulfill this required delivery. All shoes must be in compliance with the ASTM standard F2413-05. MSC expects to hire approximately 300-700 new hires each fiscal year, with approximately 25-50 new hires during each NEO, which is held every two weeks. The SP must have all available sizes in men and woman safety shoes, a variety of ten manufacturing brands and styles that will meet the new hire foot sizes. The SP shall show the COR a sample of safety shoes being provided to the new hire every second Tuesday of August. The Government has the right to change brand, style, model or if a complaint has arisen on any safety shoe. The SP will provide several size style posters in color with all styles, makes and models that will be displayed in the NEO class room with the additional flyer size brochure that will be sent to the CIVMAR Support Center (CSC) for new hire selection. The restock of posters and brochures will be maintained by the SP with delivery upon request. New poster/brochure will be presented annually with any new styles that are being provided. The SP shall provide approximately 300-700 pairs of safety shoes each year. The SP shall interact with MSC Staff and other contract support provider in order to accomplish the mission of MSC. The SP must provide a list of brand, style, description and price of safety shoe in their inventory to the Government on the below attached worksheet. Delivery dates and times are tentatively, the annual NEO schedule will be sent to the SP prior to the new fiscal year. The SP shall be present during the time that is allotted by the other contract support staff on safety shoe delivery. This schedule will be provided a week prior to NEO week. The SP will provide a warehouse style truck with air conditioning and heating; equipment with seats for the new hires to sit on while trying on the safety shoes for comfort. The SP must have the knowledge of all safety shoes products in order to provide customer service to the new hire upon delivery. The SP must provide a shopping bag to fit the box of every order of safety shoes provided. If the NEO class has over 25 new hires scheduled, the SP will provide an additional person to assist in delivery of safety shoes in the time frame allotted for delivery. If an order can't be delivered due to odd shoe size, the SP is responsible to provide the appropriate shoe size prior to new hire completing the NEO class. The SP will provide contact information and policy to the new hire if they experience discomfort of the safety shoe. The SP shall provide a new and appropriate safety shoes replacement once they are contacted by the new hire if there is discomfort. The SP shall not bill additional charges to the new hire and or to the government. At the conclusion of the mobile distribution of safety shoe session of NEO, the contractor will provide Military Sealift Command with the copies of the receipts for every purchase. The contractor will tally all purchases and will invoice MSC. • Actual Itemized Invoices The contractor will provide MSC with a quarterly report by the 5th of the month of each quarter of all inventory purchased to date. PERFORMANCE PERIOD: This Contract will run from 01 October 2013 through 30 September 2014 with four one-year options. SPECIAL CONTRACT REQUIREMENTS: 1. SUPERVISION AND CONTROL: The Government shall not exercise any supervision or control over the Contractors employees performing services under this contract. Such employees shall be accountable, not to the Government, but solely to the Contractor, who in turn is responsible to the Government. 2. INSURANCE: The Contractor shall maintain during the entire performance period of this contract, insurance of at least the following kinds and minimum amounts set forth below: (a) Workers Compensation and Employers' Liability Insurance in accordance with the amounts specified by the laws of the state in which the work is to be performed under this contract. In the absence of such state laws, an amount of $100,000 shall be required and maintained. (b) General Liability Insurance with bodily injury liability in the minimum amount of $500,000 per occurrence. (c) Automobile Liability Insurance (if van service is provided) in the amount of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. 3. PRIOR WRITTEN PERMISSION REQUIRED FOR SUBCONTRACTS: None of the services required by this contract shall be subcontracted to or performed by persons other than the contractor or the contractor's employees without the prior written consent of the Contracting Officer. All responsible sources may submit a capability statement demonstrating the ability to provide the requested items or exceptions to the intent to purchase on a sole source basis, which shall be considered by the Government if received by the 10 July 2013, 2:00 pm, local time, Norfolk, VA. Written responses to this synopsis shall contain sufficient documentation to establish a bona-fide capability to fulfill the requirement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. MSC will not be responsible for any cost incurred by interested parties in responding to this notice. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Please email Mary McNair at mary.mcnair@navy.mil with responses or questions regarding this requirement. This notice will close on 10 July 2013 at 2:00 pm, local time, Norfolk, VA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f1292da43ee87ebc1067431f7db0ffa4)
 
Place of Performance
Address: NORFOLK, VA AREA, United States
 
Record
SN03103300-W 20130630/130628235309-f1292da43ee87ebc1067431f7db0ffa4 (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.