Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2016 FBO #5192
SOLICITATION NOTICE

99 -- Staff Safety Shoes - Combined Synopsis - Business Questions - Quote Sheets

Notice Date
2/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Dublin, 5701 8th Street - Camp Parks, Dublin, California, 94568
 
ZIP Code
94568
 
Solicitation Number
RFQP06021600008
 
Archive Date
2/26/2016
 
Point of Contact
Kaleo Leopoldo, Phone: 9258337546, Sharon Fernandez, Phone: 9258337520
 
E-Mail Address
kleopoldo@bop.gov, S2fernandez@bop.gov
(kleopoldo@bop.gov, S2fernandez@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Sheet Business Question Combined Synopsis Combined Synopsis/ Solicitation Safety Shoes for Uniformed Staff General Requirements: The Federal Bureau of Prisons, FCI Dublin, California is soliciting for the acquisition of safety shoes for uniformed staff. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a total small business set-aside. The NAICS code for this requirement is 316210; the small business size standard is 1,000 employees. This combined synopsis/solicitation document incorporates clauses and provisions in effect through Federal Acquisition Circular FAC 2005-69. Description of Items: This acquisition will require safety toe shoes for an estimated 160 uniformed staff. The price per pair may not exceed $100.00. All safety shoe selections must meet at least one of the following testing standards ANSI Z.41-1991; ANSI Z41-1999; ASTM F-2412-2005 or ASTM F-2413-2005. All specifications should be available in both women and men styles. The general shoe size range for Men is size 7 - 13 and Women is size 5 - 12 with a few exceptions outside these ranges. Below are specifications to be equal or better. Please submit your selections for each of the following specifications: 1) 8" safety toe boot (composite or steel), waterproof, light weight, side-zip, polishable black leather 2) 6" safety toe boot (composite or steel), waterproof, light weight, side zip, polishable black leather 3) oxford safety toe shoe (composite or steel), waterproof, light weight, polishable black leather 4) oxford safety toe shoe (composite), waterproof, light weight, polishable black leather, security friendly 5) 8" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather, security friendly 6) 6" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather, security friendly 7) 8" safety toe boot (composite), waterproof, light weight, side zip, polishable black leather, security friendly 8) 6" safety toe boot (composite), waterproof, light weight, side zip, polishable black leather, security friendly Samples are required with submission of quotes and will be required for the duration of the BPA in order for staff to view the safety shoe prior to placing the order. Delivery Schedule: Contractor will be required to deliver shoes within 30 days after receipt of order. Contractor will be required to accept payment via both Government credit card and purchase order at the sole discretion of the Government. Contract Clauses and Solicitation Provisions: The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far. The following FAR provisions are applicable to this acquisition; 52.212-1, Offeror Representations and Certifications B Commercial Items (FEB 2012); 52.212-3, Offeror Representations and Certifications B Commercial Items (DEC 2012); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-3, Alterations in Solicitation (APR 1984). The following FAR clauses are applicable to this acquisition; 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2012); 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2013); 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3 Convict Labor (June2003); 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); 52.225-1, Buy American Act-Supplies (FEB 2009); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.252-2, Clauses Incorporated by Reference (FEB 1998). Evaluation Factors: The government anticipates awarding multiple Purchase Orders to various vendors. Quotations will be evaluated and award will be based on the price, quality, delivery and overall best value to the Government. With your quote provide all specifications and samples. Contractor must be able to deliver items within 30 days after receipt of order. The Government will make award to responsible offerors whose offer conforms to this solicitation. The proposed price must include all associated charges, fees and delivery cost (FOB Destination). The Government reserves the right to issue additional BPA's in the future. All Purchase Orders will remain in effect until cancelled by the Contracting Officer. Special consideration will be given to vendors that can offer online ordering & onsite boot truck during different shifts of our needs. Submission of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1) The combined synopsis / solicitation 2) Schedule of items with pricing on the attached Quote Sheets 3) Contractor Dunn & Bradstreet Number and Tax Identification Number 4) Completed Business Management Questionnaire 5) Samples and Specifications of safety shoes Offers are due no later than February 22, 2016 at 2:00 PM, Pacific Standard Time. Offers received after this date may not be considered for award. Faxed will not be accepted. Anticipated date of award is on or about March 7, 2016 Postal mail to: Federal Bureau of Prisons, FCI Dublin, Attn: Kaleo Leopoldo, 5701 8th Street - Camp Parks, Dublin, CA 94568 Hand deliver to: FCI Dublin, Attn: Kaleo Leopoldo, 5701 8th Street - Camp Parks, Dublin, CA 94568 Express mail to: Federal Bureau of Prisons, FCI Dublin, Attn: Kaleo Leopoldo, 5701 8th Street - Camp Parks, Dublin, CA 94568 Preferred Method: Send via email to Dub/Quotes@bop.gov. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons is required per 52.212-3 to complete their representations and certifications via the on-line Representations and Certifications Applications (ORCA) and must be registered in the Central Contractor Registry (CCR) database at www.sam.gov. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award. The Government reserves the right to decide how payment will be made using either Electronic Funds Transfer (EFT) or Government Purchase Card. This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/60206/RFQP06021600008/listing.html)
 
Place of Performance
Address: FCI Dublin, Dublin, California, 95356, United States
Zip Code: 95356
 
Record
SN04013468-W 20160210/160208234700-3322abf8f0e6f613f238c30598fbb66f (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.