SOLICITATION NOTICE
84 -- SAFETY SHOE MOBILE VEHICLE (MV) SERVICES
- Notice Date
- 3/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316210
— Footwear Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024414T0033
- Response Due
- 3/17/2014
- Archive Date
- 4/1/2014
- Point of Contact
- Angelina L. PinaHardin 619-556-6198 alternate poc: Ralph Franchi, Contracting Officer, 619-556-9776, ralph.franchi@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation: a written solicitation will not be issued. Paper copies of this solicitation will not be available. The RFQ number is N00244-14-T-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140129. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 316210 and the Small Business Standard is 1,000 employees. The Fleet Industrial Supply Center San Diego, Regional Contracts Department, requests responses from qualified small businesses capable of providing onsite safety shoe mobile delivery for FRCSW Employees. CLINDescriptionUnit of IssueEstimated Annual Quantity 0001ASTM/ANSI rated Electrical Hazard (EH) leather safety toe shoe/boot available in men's sizes 6-15 in medium and wide widths with long wearing oil and slip. Pair158 0002ASTM/ANSI rated leather slip resistant "kitchen rated" safety toe shoe/boot for use in very slippery conditions available in men's sizes 6-15 in medium and wide widths with long wearing solesPair250 0003ASTM/ANSI rated leather/nylon guaranteed waterproof safety toe shoe/boot available in men's sizes 6-15 in medium and wide widths with long wearing solesPair313 0004ASTM/ANSI rated leather composite safety toe shoe/boot available in men's sizes 6-15 in medium and wide widths with long wearing solesPair473 0005ASTM/ANSI rated Electrical Hazard (EH) leather safety toe shoe/boot available in women's sizes 5-11 in medium and wide widths with long wearing oil and slipPair31 0006ASTM/ANSI rated leather slip resistant "kitchen rated" safety toe shoe/boot for use in very slippery conditions available in women's sizes 5-11 in medium and wide widths with long wearing solesPair63 0007ASTM/ANSI rated leather water resistant safety toe shoe/boot available in women's sizes 5-11 in medium and wide widths with long wearing solesPair80 0008ASTM/ANSI rated leather composite safety toe shoe/boot available in women's sizes 5-11 in medium and wide widths with long wearing solesPair48 0009ASTM/ANSI rated steel toe high-top rubber boot in men s sizes 6-14Pair125 0010ASTM/ANSI rated steel toe welder boots with Metatarsals guard in men s sizes 6-14Pair25 0011ASTM/ANSI rated steel toe boots in men s sizes 6-14Pair25 NOTE: **** ATHLETIC OR HIKING STYLE SAFETY SHOES SHALL NOT BE PROVIDED**** NOTE: As stated the requirement is for (11) safety shoe categories and the minimum salient characteristics are included for establishing a categorized range for the safety shoes. Contractors shall offer three different styles of safety shoes for each safety shoe category (Categories 1-8). Categories 9, 10 and 11 the contractor may offer 2 to 3 styles. Of the three safety shoes styles for categories one (1) through eight (8), at least one must be a high-top style. There should be a minimum of eight different high-top safety shoes quoted 3 for men and 5 for women. NOTE: A spreadsheet will be included in the Request for Quotation (RFQ) that will allow contractors to populate the spreadsheet with the safety shoe style description and unit price for the safety shoes being afforded for each category. A mobile delivery service shall be made to the following Government locations: BuildingBaseZip Code FRCSW Bldg. 333 NAS North Island Coronado, CA92135 Marine Corps Air Station Bldg. 2378Camp Pendleton, CA;92055 MCAS Yuma Bldg. 230Yuma, AZ85364 NAS Lemoore Bldg. 180Lemoore, CA.93245 NOTE: A complete Statement of Work (SOW) will be attached to this RFQ. Offerors are required to download the SOW and review thoroughly. The government s estimated quantity ordered during a one year period is 1,591 pairs of safety shoes. The Buy American Act is applicable to this procurement; if both domestic and foreign safety shoes are offered the foreign safety shoes will be evaluated in accordance with DFARS 225.105. The Berry Amendment is not applicable to this procurement. The contractor must have the capability and resources to deliver safety boots to all the military bases mentioned above. The contractor must be registered in SAM. The contractor must use the CLIN Structure Pricing when submitting their offer. Inspection and acceptance will be performed at the destination by a government representative. The period of performance for the contract period will a one year period. The government intends to make a single award, indefinite delivery, indefinite quantity (IDIQ), firm-fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein based on the following: The following FAR and DFAR provision and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors Commercial Items July 2013 52.204-7 System for Award Management July 2013 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards AUG 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities OCT 2010 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-36 Payment by Third Party FEB 2010 52.233-3 Protest after Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program DEC 2012 252.225-7002 Qualifying Country Sources as Subcontractors DEC 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions JUN 2012 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card DEC 2006 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing of Contract Modifications DEC 1991 Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. CLAUSES INCORPORATED BY FULL TEXT 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Nov 2012) 52.216-18 Ordering (Oct 1995) 52.216-19 Order Limitations (Oct 1995) 52.216-22 Indefinite Quantity (Oct 1995) 52.228-5 Insurance -- Work on a Government Installation Jan 1997 52.252-2 Clauses Incorporated By Reference (Feb 1998) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 5252.216-9401 Placing and Processing Of Orders (Dec 2010) Local Provisions Review of Agency Protests Unit Prices (Oct 2001) Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Ordering: Written delivery orders will be issued by the Fleet Logistics Center-San Diego. FAR 52.212-2, Evaluation: (a) The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest price technically acceptable offer. The following factors shall be used to evaluate offers: (i) Technical Capability Subfactors: (a) Safety Shoe Technical Specifications, (b) Mobile Delivery Capability (ii) Past Performance (iii) Price Technical Capability Ability to meet the technical capability represents the MINIMUM criteria for consideration for a contract award. Failure to meet this criterion shall render the quote to be technically unacceptable and not considered for award. Technical capability is comprised of two sub-factors; (a) Safety Shoe Technical Specifications: In order to receive a rating of Acceptable for subfactor (a) the safety shoe specifications an offeror must provide two or three different styles safety shoes per each safety shoe category (CLIN) as specified under the solicitation. All styles of safety shoes offered for each safety shoe category (CLIN) must meet the minimum salient characteristics for that category. Offerors are required to submit commercial product brochures, pictures for each safety shoe style identified under this solicitation and technical narrative information to support the offered safety shoe products. This information shall be used by the Government to make a determination of whether the offered safety shoe products meet the technical capability requirements. Offerors shall, therefore, provide information that clearly demonstrates their ability to meet the technical capability requirements. If an offeror is determined technically unacceptable, the quoter s price or past performance will not be evaluated. (b) Mobile Delivery Capability: In order to receive a rating of Acceptable for subfactor (b) an offeror must provide a photo of the mobile delivery vehicle and other supporting documentation that clearly indicates that the vehicle is capable of providing the type and level of service support required by this solicitation. Failure to provide this supporting information will result in a rating of Unacceptable and not further considered for award. Ratings: Both sub-factors are equally weighted. A rating of Acceptable or Unacceptable will be assigned to each sub-factor. In order for a quote to be considered technically acceptable it must receive a rating of Acceptable for both sub-factors. A rating of Technically acceptable will allow a quotation to be further evaluated under Past Performance. Pricing: Offerors shall use the attached spreadsheet to quote prices for the safety shoes. Pricing will be evaluated at the CLIN total pricing level and the overall total offered pricing for all CLIN s. Offerors are cautioned to not quote on safety shoes that do not meet the minimum salient characteristics for each safety shoe category. Past Performance Information (PPI) Offerors are required to provide PPI for same type of work performed on prior Government or Commercial company contracts within the last three years. The data elements required include but are not limited to contract or purchase order number, date of contract, cost breakdown for labor and materials, point of contact phone number, and email. Past Performance will be rated as Satisfactory, Neutral and Unsatisfactory. The Contracting Officer will evaluate Offeror s Past Performance as follows: NEUTRAL: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. SATISFACTORY: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offerors past performance. UNSATISFACTORY: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offerors past performance. 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) System for Award Management (SAM) - Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov. This announcement will close at 1 PM PST on 17 March 2014. Submit offers via FedBid. All responsible sources may submit a quote which shall be considered by the agency. Questions regarding this solicitation must be submitted in writing via email to Angelina.pinahardin@navy.mil, FLCSD, 619-556-6198, alternate poc: Ralph Franchi, Contracting Officer, 619-556-9776, ralph.franchi@navy.mil ATTACHMENTS: Attachment 1 Statement of Work
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024414T0033/listing.html)
- Record
- SN03300645-W 20140305/140303234121-60d772bacd30019c1a38bc7ba9c43082 (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 |