Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

84 -- Safety Shoes Mobile Truck - Statement of Work

Notice Date
5/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-17-R-0055
 
Archive Date
6/30/2017
 
Point of Contact
Marjorie E. Frazier, Phone: 3017446926
 
E-Mail Address
marjorie.frazier@navy.mil
(marjorie.frazier@navy.mil)
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-17-R-0055 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circ ular 2005-77 (This FAC # changes and can be found at FAR Site). This announcement will be issued as a combined synopsis/solicitation. The anticipated award will be a Firm Fixed Price contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 316210. The SB size standard for this code is 1000 employees. CLIN0001 - 1 LOT Safety Shoes Base year with option years Statement of Work: STATEMENT OF WORK 1.0 SCOPE: The Naval Surface Warfare Center Indian Head, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) has a requirement for Industrial Safety/Occupational shoes to protect employees from foot injuries. The Government requires delivery of Safety/Occupational footwear, sold from contractor-owned, contractor operated trailers or trucks suitable for dispensing footwear at NSWC Indian Head as well NSWC Picatinny, NJ detachment. Services will be provided one time per month, the third week of every month, hours of operation available from 0900-1200. A reoccurring monthly visit will be assigned on a specific weekday once the contract has been awarded. Whenever a Federal Holiday falls on the scheduled visit, operations will be rescheduled one week later. Whenever services cannot be provided due to inclement weather, natural disasters, or national emergencies operations will be cancelled for that month. The Contractor shall notify the Safety Shoe Coordinator as soon as practicable whenever services cannot be provided. The purpose of this contract is to provide quality safety shoes in a timely manner to Government NSWC IHEODTD employees. 2.0 REQUIREMENTS: •1. Contractor will stock and make available for purchase a variety of styles, colors, sizes, and brands from at least two different nationally recognized major manufacturers of safety shoes (ex: Danner, Dr. Martens, Timberland, Vulcan, Wolverine, Keen, Chippewa Boots, Warson Group, Rocky Brands, Work Zone, Black Diamond Group, Bates, Reebok) in both women and men's shoes. •2. Footwear must meet or exceed the American Society of Testing Materials (ASTM) F2413-11 standard. At least one shoe of each pair shall be stamped, stitched, or have a sewn-in label on the inside of the footwear that indicates that the footwear meets the ASTM requirements. •3. When footwear is not available for issue the same day, the Contractor shall deliver the footwear to the employee at no additional cost. Ninety percent of all orders not available for same day issuance (backorders) shall be filled and delivered within 7-10 business days of order receipt. If an order should take longer than 30 days, the employee will be authorized to cancel their request upon completion of the NSWC IHEODTD shoe vendor waiver worksheet, in order to proceed using a different shoe vendor. •4. The Contractor shall assist the Government employee in fitting shoes and will recommend the proper size of footwear. The Contractor shall provide all measuring devices and fitting tools required to provide the employee with the best fit. •5. In order to accommodate NSWC IHEODTD's authorized allowance, the Contractor shall not exceed $250.00 per pair of safety shoes. •6. The Contractor shall provide the Safety Shoe Coordinator a receipt for each shoe purchase identifying the following: Employee Name Employee Work Address (for backorders and online orders only) Date Shoe Details (Style, or Stock Number, or Description) Size Shoe Cost Subsidy/Government Authorized Allocation •7. The Contractor shall not charge more than their current published catalog price/price list. •8. Non NSWC IHEODTD employees may wish to procure shoes during scheduled visits and such sales are authorized. However, any payment or reimbursement for services rendered or products sold is solely between the Contractor and the non- NSWC IHEODTD employee and their employing agency. •9. If the issued footwear does not fit properly, the Contractor shall replace "unworn" footwear within 45 calendar days after the employee has signed the receipt of footwear. Unworn is defined as showing no evidence of wear or soiling, such as when worn on carpeting only. If the Contractor determines that they are unable to properly fit the employee, the Contractor will annotate on the NSWC IHEODTD Safety Shoe Waiver worksheet 1071.v1. •10. If a manufacturer's defect or material failure is discovered within 90 days of receipt (e.g. heel comes loose, soles delaminate, or stitching separates) the Contractor shall replace the footwear at their expense within 35 calendar days. The Contractor is not required to issue replacement footwear at the Contractor's expense if excessive wear or abuse such as cuts, burns from heat, or chemical contamination is apparent. If disagreements arise, the Contractor will direct the employee to the Safety Shoe Coordinator in Building 206 with details of the disagreement. •11. Cost for maintenance such as resoling, reconditioning, or "cobbler" services are NOT included in the contract and therefore are not reimbursable under the contract. •12. The Contractor's standard commercial return/refund policy will apply to all employee footwear purchases. The policy must be clearly displayed. •13. Contactor shall provide his own power for illumination, heating, and cooling. The Government will provide access to a restroom at no charge to the Contractor. •14. Contractor shall provide a point-of-contact with phone number and email address to the Safety Shoe Coordinator upon Award. •15. Catalogs, descriptive literature, and price lists, must be provided to the technical point of contact within 5 business days after contract award and updated whenever new models/brands are introduced, upon request, or when prices change. •16. Shoes by style and major feature include: Conductive and Non Conductive Hytest Steel Toe Composite Water Proof Puncture Resistant Electrical Hazard Static Dissipative Regular/Wide/Extra Wide Multi colored Multi size 3.0 DELIVERIES: Delivery Location: NSWC IHEODTD 4522 McMahon Road Bldg 116 Indian Head, MD 20640 4.0 POINTS OF CONTACT: DEPARTMENT OF THE NAVY Attention: Lindsay Vathes Bldg. 116 4522 McMahon Road Indian Head, MD 20640-5115 Phone: (301) 744-5118 Fax: (301) 744-4555 E-mail: Lindsay.vathes@navy.mi l All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal applies to this acquisition.;; FAR 52.219-28 - Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 -- Employment Reports on Veterans; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Marjorie Frazier, Telephone: (301) 744-6926, Fax: FAX: 301-744-6632 E-Mail: marjorie.frazier@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted at the NSWC IHEODTD Indian Head, MD 20640 not later than 1200 (12:00 p.m. noon) Easter Standard Time on 23 May 201 7. All quotes must be marked with RFQ number and title.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-17-R-0055/listing.html)
 
Place of Performance
Address: NSWC IHEODTD, Indian Head, Maryland, 20640, United States
Zip Code: 20640
 
Record
SN04499396-W 20170510/170508234352-a300178bc34bda9b5eb2a3b628144581 (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.