SOURCES SOUGHT
42 -- Safety Shoes
- Notice Date
- 6/6/2024 1:31:01 PM
- Notice Type
- Sources Sought
- NAICS
- 316210
— Footwear Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q1147
- Response Due
- 6/14/2024 10:00:00 AM
- Archive Date
- 06/29/2024
- Point of Contact
- John C Hamilton, Contract Specialist, Phone: 727-398-6661 x 13316
- E-Mail Address
-
John.Hamilton2@va.gov
(John.Hamilton2@va.gov)
- Awardee
- null
- Description
- 36C24824Q1147 SOURCES SOUGHT/MARKET RESEARCH Service: Safety Shoes This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide Safety Foot Wear for 500 Employees at the Bay pines VA Healthcare System, including C. W. Bill Young VA Medical Center and Lee County VA Healthcare Center. Potential quoters are invited to provide feedback via e-mail to John Hamilton at john.hamilton2@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period of performance is One Base Year and 4 Option Years. Period of Performance to be determined. Potential quoters shall provide the following information to John Hamilton at john.hamilton2@va.gov. Company name, address, and point of contact name, phone number, e-mail address, and Unique Entity Identification UEI Number. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The anticipated North American Industry Classification System (NAICS) code is 316210 Foot Wear Manufacturer. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than 1,000 Employees. [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Other ( please specify) Does your firm have relevant experience in providing the services outlined in this notification and the Scope of Work? [ ] yes [ ] no Is your firm currently registered in System for Award Management (SAM)? [ ] yes [ ] no If your firm is a SDVOSB or VOSB, is your firm registered in the Veteran Small Business Certification, VetCert)? [ ] yes [ ] no (applicable for SDVOSB and VOSB only) This requirement will be offered under NAICS Code 316210 Foot Wear Manufacturer. Is your firm affiliated with this NAICS code in SAM? [ ] yes [ ] no Please indicate any General Services Administration (GSA) / Federal Supply Schedule (FSS) contract numbers) your firm has been awarded in association with the aforementioned services and their respective expiration date(s). _______________GSA/FSS Number(s); _________________ Expiration date(s) Comment on any current any current or potential technical, cost, schedule, or performance risks that you would like the Government aware of that concern the draft scope of work below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the draft scope of work. Is there any information that the Government could provide in addition to the information in the scope of work and associated documents that would assist you in building your price quote? What requirements in the scope of work and/or associated documents do you believe are unrealistic or may prevent your company from participating in an official solicitation? Do you have any recommended revisions to the scope of work and/ or associated documents? What requirements in the scope of work are your company s major cost drivers? Do you have any recommendations to reduce cost to your company and the Government? Provide a brief capability statement (Max 2 pages), it should include supporting evidence in sufficient detail to demonstrate your firm is capable of providing the service to do an evaluation on the backflow devices. The Capabilities Statement for this sources sought is not expected to be Request for Quotations, Request for Proposals, or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the draft Scope of Work below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining the acquisition strategy. Other than small businesses may respond to this notice in the event the market does not indicate small business interest. This Synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for the requested information. Respondents will not be notified of the results of the evaluation. Submission Instructions: Interested parties who consider themselves qualified to perform all of the services within the scope of work are invited to submit a response to this Sources Sought Notice by 1:00 PM Eastern Standard Time on June 14, 2024. All responses under this Sources Sought Notice must be emailed to john.hamilton2@va.gov, size limit is 5 MB. STATEMENT OF WORK Purpose This Service contract is to provide safety footwear for 500 employees at Bay Pines VA Healthcare System (BPVAHCS), including C.W. Bill Young Medical Center, Lee County Healthcare Center in accordance with terms and conditions of this contract for one base year with four (4) option year pick-up. The Bay Pines VA Healthcare System, is seeking bids from qualified bidders, hereinafter referred to as the Contractor, to provide an annual contract for safety shoes for the healthcare system. Facility maintenance Service Staff, Environmental Management Service Staff, Food and Nutrition service staff, Grounds Staff, Fleet Management and Safety staff, members of the construction safety committee and representatives of the Union Local in accordance with the terms, conditions, and specifications contained in this scope of work. 2. DESCRIPTION OF SERVICES: 2.1 Contractor shall provide safety footwear in compliance with all applicable regulations including but not limited to 29 CFR 1910.136, Foot Protection, ASTM International Standards, F2412 and F 2413 in accordance with ASTM Committee F13 on pedestrian/walkway Safety and Footwear. The Contractor shall provide both in-store and mobile unit services. The Contractor shall offer a variety of brands and styles at a range of prices. 2.2 Mobile unit services shall be provided at least once per month on day to coincide with New Employee Orientation between 9AM and 3PM. Mobile unit services for Lee County will be coordinated with the Contractor by the COR. The COR may re-schedule the date of service by providing advanced notice to the Contractor within five (5) working days of the desired date. In-store services shall only be provided to employees included in the authorization list or otherwise authorized by the COR via electronic correspondence or phone call. 2.3 The COR will provide the Contractor with a list of BPVAHCS employees authorized to receive shoes, by assigned Service area. The Contractor shall provide safety footwear appropriate to the employee assignment area (i.e. electrical hazard, slip resistant, water proof). All footwear manufactured to the ASTM specification must be marked with the specific portion of the standard with which it complies. One shoe of each pair must be clearly and legibly marked (stitched in, stamped on, pressure sensitive label, etc.) on either the surface of the tongue, gusset, shaft or quarter lining. The marking must be enclosed in a rectangular border and a four-line format is suggested. Line four is used only when more than three sections of the standard applies to the footwear. Lines 3 and 4 are used to identify footwear made to offer protection from other specific types of hazards referenced in the standard. They are used to designate conductive (Cd) properties, electrical hazard resistance properties (EH), footwear designed to reduce the accumulation of excess static electricity (SD) and puncture resistance (PR). Conductive (Cd) footwear is intended to provide protection for the wearer against hazards that may result from static electricity buildup and to help reduce the possibility of ignition of explosives or volatile chemicals. The footwear must facilitate electrical conductivity and the transfer of static electricity buildup from the body to the ground. The electrical resistance must range between zero and 500,000 ohms. 2.4 The Contractor shall provide the COR with a listing of footwear issued during each visit along with receipts signed by the employees receiving the shoes. The list must include the employee s name, work area, shoe model/style, shoe size and shoe price, total amount of shoes issued and total dollar amount. 2.5 The Contractor shall submit an invoice for the actual price of the safety footwear that is purchased, up to the amount of the government allowance, any charges above the highest amount agreed must be paid by the employee at the time of issuance of the safety shoes. 2.6 The Contractor shall clearly post any warranty provisions on the mobile unit/store and inform employees at the time of shoe issue of the procedures to follow in case of warranty related claims (i.e. defective shoes). 3. COMPETENCY AND GENERAL REQUIREMENTS: 3.1 In the VA on-going effort to ensure that all Veterans are provided the highest quality care, it is required that each VA Medical Center meet or exceed the standards of The Joint Commission (TJC). 3.2 For this specific contract the Contractor must be able to offer a variety of safety footwear brands and styles at a range of prices. Options specific for both men and women will be supplied. 3.3 Age: All Contractor employees performing work under this contract shall be a minimum of eighteen (18) years of age or as required by local laws. 3.4 The Contractor shall provide backup contract employee during the absence (annual leave, sick leave, etc.) of any of the employees assigned to work under this contract. Backup employees shall comply with the contract regulations and specifications. 3.9 Back-up Contract Employees shall be approved by the Government prior to perform services. No employee changes shall be issued without the authorization of the delegated COR. 3.10 Upon contract award, Contractor shall provide the name of each Contract Employee assigned to this contract. The Contractor is responsible to maintain this list updated at all times. 3.11 Contractor-Furnished Training: The Contractor does all recruiting, hiring, training, and supervising. The Government will provide the Contractor all mandatory trainings required for all Contract Employees. The Contractor shall submit to the CO written certification annually that each contract employee has been trained in the subject areas. The Contractor shall provide training to all Contract Employees prior to assignment under this contract. 3.12 Government-Furnished Trainings: The Government will provide facility orientation to all contracted employees assigned to this contract to include health, safety, and emergency procedures at the VACHS medical center. These trainings will be scheduled at a post award meeting at a mutually agreeable date. 3.13 Conduct of Contractor s Employees: The Contractor shall maintain satisfactory standards of employee competency, conduct, appearance, and integrity, and for taking such disciplinary action against his/her contract s employees as may be necessary. The Contractor shall require his employees to comply with the instructions, pertaining to conduct and building regulations, issues by duly appointed officials, such as the Contracting Officer's Representatives (COR), guards, inspectors, etc. 3.14 Appearance: The Government requires a favorable image and considers it to be a major asset of a customer service team; the employee's attitude, courtesy, and job knowledge are influential in creating a favorable image. Uniforms and protective clothing: all contractor personnel working in or around buildings designated under this contract shall wear distinctive uniform clothing. 3.15 Disorderly Conduct: use of abusive or offensive language, quarreling, intimidation by words, actions, or fighting shall not be condoned; also included is participation in disruptive activities which interfere with normal and efficient Government operations. 3.16 Intoxicants: The Contractor shall not allow any employee to possess, sell, consume, or be under the influence of intoxicants, drugs, or substances that produce similar effects. 3.17 Criminal Actions: Contractor s employees may be subject to criminal actions as allowed by law in certain circumstances and these include, but are not limited to, the following: 3.17.1 Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records or concealment of material facts by willful omission from official documents or records. 3.17.2 Unauthorized use of Government property, theft, vandalism, or immoral conduct. 3.17.3 Unethical or improper use of official authority or credentials. 3.17.4 Security violations. 3.17.5 The Government reserves the right to direct the Contractor to remove any employee from the work site for failure to comply with the standards of conduct. 3.17.6 The Contractor shall initiate immediate action to replace such an employee to maintain continuity of services at no additional cost to the Government. 3.17.7 The Contractor shall provide protective equipment and attire to personnel and require employees to use it while performing their duties as necessary. 3.17.8 The Contractor shall comply with all regulations, agency, federal, local, and TJC Standards as applicable. 3.18 Security Clearance: At the post award meeting, the Contractor shall provide the Contracting Officer the following original documents from all Contract Employees that would be having access to the Government property: health certificate and certificate of no penal record from the Puerto Rico Police Department. 3.18.1 These forms shall be submitted for replacement employees according to terms of this contract before entrance on duty. 3.18.2 If the CO receives an unsuitable report on any employee after processing of these forms, or if the COR finds a prospective employee to be unsuitable or unfit for his assigned duties, the Contractor shall be advised immediately that such employee cannot continue to work or be assigned to work under the contract. 3.19 Coverage: The Contractor shall comply with applicable Federal and Commonwealth of Puerto Rico Worker s Compensation and occupational disease statutes. The contractor shall provide Workers Compensation, Professional liability insurance, Health examinations, Income tax withholding, and Social Security payments. 3.20 Meetings: During the term of the contract, it may be necessary to schedule meetings between the Contractor and VA to address areas of concern and provide additional exchange information. Such meetings shall require attendance by the Contractor at no additional charge to the VA. A meeting would only be required if issues could not be resolved via telephone, conference calls or in writing. Location of meeting would be at the C. W. Bill Young VA Medical Center Campus. Attendees should include, but may not be limited to, the Contractor, Contractor key personnel, Contracting Officer's Technical Representative and the Contracting Officer. 4. SAFETY REQUIREMENT The contractor while performing the services described in the statement of work shall take all safety precautions and safety measures necessary to protect the lives and health of their own employees and VA employees, patients, and visitors. 5. SECURITY REQUIREMENT The contractor shall report to the Bay Pines VA Healthcare System Safety Office located at the C. W. Bill Young VA Medical Center, building 24 room 220, prior to performing the services described in this statement of work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fc215fe14c543cba20ed3595431dce1/view)
- Place of Performance
- Address: Bay Pines VA Healthcare System 10000 Bay Pines Blvd, Bay Pines, FL 33744, USA
- Zip Code: 33744
- Country: USA
- Zip Code: 33744
- Record
- SN07089482-F 20240608/240606230126 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |