SOLICITATION NOTICE
84 -- SAFETY/FIRE BOOTS - Package #1 - PRICING SHEET
- Notice Date
- 4/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 316213
— Men's Footwear (except Athletic) Manufacturing
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ12T0016
- Archive Date
- 5/11/2012
- Point of Contact
- Smith, Phone: 202-60-3232, Leroy Dawson, Phone: 202/606-7551
- E-Mail Address
-
TSmith.guest@cns.gov, ljdawson@cns.gov
(TSmith.guest@cns.gov, ljdawson@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- PRICING SHEET STATEMENT OF WORK This is a combined synopsis/request issued under solicitation number CNSHQ12T0016 for proposals for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) PART 12 and with the format in Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The government anticipates award of a Five-Year Blanket Purchase Agreement (BPA). Solicitation CNSHQ12T0016 will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 05-55 dated 02/02/2012. The North American Industrial Classification System (NAICS) code is 316213, Men's Footwear (except Athletic) Manufacturing. The Corporation for National and Community Service (CNCS) has a requirement for Safety and Fire Boots for all five (5) of their NCCC Campuses located in Perry Point, MD, Vinton, IA, McClellan, CA, Denver, CO, and Vicksburg, MS. CNCS anticipates award of a Firm Fixed Price (FFP) BPA as a result of this Request for Quote (RFQ). The Government reserves the right to make multiple awards. Instructions, Conditions, and Notices to Offerors CONTENT AND FORMAT OF SUBMISSION: Quotation submittal and all other required documents must be submitted in accordance with this RFQ. Failure to submit the aforementioned information correctly shall make your offer non-responsive, and it shall not receive consideration for award. Please provide a complete price quote and attach a copy of your CAGE Code, DUNS Number, Tax Identification Number, discount terms, and expiration date to your quote. A quotation submitted in response to this solicitation must be submitted electronically and be comprised of the following Sections: Section 1: Company's Technical Qualifications (All below items must be in relation to the attached Statement of Work) a. Company's Overall Technical Capabilities b. Company's ability to provide on-site fittings upon request c. Company's Past Performance d. Pictures of proposed boots along with specifications The above criteria will be utilized to determine technical acceptability. Section 2: Pricing Quotation: Offerors shall submit pricing for the items specified within the combined synopsis in the following format: "SEE PRICING SHEET ATTACHED" **Offers that are received without addressing the Section information as prescribed above will be deemed non-responsive and will not receive consideration for award. Additional Information: **Contractor shall submit invoices on a monthly basis. Payment will be made monthly in arrears. SUPPLIES OR SERVICES TO BE PROVIDED This is a Firm Fixed Price (FFP) type Blanket Purchase Agreement that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via the Lowest Price Technically Acceptable (LPTA). BPA Single Call Limit: $100,000.00 BPA Ceiling: $2,000,000.00 PERIOD OF PERFORMANCE The period of performance for this Blanket Purchase Agreement is five (5) years. The duration will commence at contract award continuing for five years. Pricing shall remain in effect for the duration of the BPA. QUESTIONS PERTAINING TO SOLICITATION (1) Questions shall be addressed to the Contract Specialist only, at the following email address: Tucker Smith - tsmith.guest@cns.gov Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Include in the subject line "Safety and Fire Boots" and "Solicitation # CNSHQ12T0016". Once questions are compiled, they will be answered and posted on www.fedbizopps.gov. (2) The question period will end Monday, April 16, 2012 at 12:00PM Eastern Time. Questions submitted after this date and time will not be answered. OFFERS MUST BE SUBMITTED ELECTRONICALLY or Via U.S. Postal Service, Over Night Carrier (Address 1201 New York Ave, Rm 8410, Washington DC 20525 or Fax (202-606-3488). Place the RFP number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: Tsmith.guest@cns.gov - Tucker Smith, Contract Specialist and CC: ljdawson@cns.gov - Leroy Dawson, Contracting Officer **It is the contractor's/offeror's responsibility to ensure that electronically submitted proposals are received by the Government by the due date. **The due date for the receipt of proposals is Thursday 26, 2012 at 12:00pm Eastern Time. ** PAGE RESTRICTIONS Here are the following page restrictions by sections: N/A SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL Offeror shall complete the attached Quotation Cover page in its entirety, submit Current ORCA Record or FAR: The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far.FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The BPA will be prepared IAW FAR Part 13.303-3. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.252-2, Clauses Incorporated By Reference; 52.232-36, Payment By Third Party; and 52.222.41, Service Contract Act. The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items; and 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0016/listing.html)
- Place of Performance
- Address: VARIOUS SEE SOW, United States
- Record
- SN02718260-W 20120412/120410235218-b776ad0e72684a19df240df3fdc72681 (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 |