Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOLICITATION NOTICE

83 -- Safety Shoes for SSA’s Employees - Attachment 2 - Attachment 1

Notice Date
2/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316219 — Other Footwear Manufacturing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-10-1100
 
Archive Date
3/12/2010
 
Point of Contact
Sandra A Wicks, Phone: 410-965-9522, Syreeta Gay, Phone: 410-965-9510
 
E-Mail Address
sandra.wicks@ssa.gov, syreeta.gay@ssa.gov
(sandra.wicks@ssa.gov, syreeta.gay@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Shoe specifications Terms & Conditions and Reps & Certs The Social Security Administration (SSA) has a need for work shoes and boots to be brought via shoe mobile/truck to the Baltimore, Maryland facility for a base-year and four option years (if exercised) to provide safety shoes to the Social Security Administration (SSA). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations, Subpart 12.6 and the procedures in part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number is SSA-RFQ-10-1097, and the solicitation is issued as a request for quotation (RFQ). All responsible business sources may submit an offer which shall be considered by the agency. This acquisition is set-aside for small businesses. The NAICS codes are 316213 and 316214. Small Business size standard is 500 employees. EQUIREMENT: Contractor shall provide the work shoes and boots onsite via a shoe mobile or truck to the Social Security Administration (SSA) headquarters, 6401 Security Blvd, Baltimore, Maryland, approximately four or five times per year, as scheduled by the project officer. The shoe mobile or truck must be equipped with a large supply of shoes in order to eliminate special orders. The shoe mobile must be staffed by at least two (2) company employees, in order to eliminate lengthy waiting periods, and/or long lines, for SSA employees. Shoes must be available in styles such as low boot and high top boot (for ankle support, both in regular and electrical hazard protection), tennis shoes, (ladies and men), and regular shoe styles, etc. Numerous styles must be available in order to meet the needs of a large variety of employees. The shoes must meet the American National Standard Institute (ANSI) Standard number Z41 as specified in the Occupational Safety Health Act (OSHA). Shoes must be comfortable and durable. Styles offered must be available in all sizes, in widths up to and including triple E. See Attachment 1 "Specifications" of this notice. The selected offeror must comply with the following commercial item terms and conditions as well as any addenda to these clauses. The FAR clauses and provisions that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The Representations and Certifications are contained in "Attachment 2" of this notice. The following additional clauses are also incorporated by reference: FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) with the following fill-ins: paragraph (a), at any time during the period of performance and 60 days; and paragraph (c), 24 months. To be considered for award, offers must meet the salient physical, functional, and performance components specified in attachment 1 of this solicitation. Offerors shall include descriptive literature such as illustrations or drawings and clearly describe the offered items. The contractor shall also provide a firm-fixed price for the period of acceptance for their quotation. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. This award will be made on the basis of "ALL or NONE". Successful offeror must be able to provide all items listed in the requirement. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to government and conforms to the requirements of this solicitation. EVALUATION FACTORS: The following factors shall be used to evaluate quotations: price, past performance, and technical capability. Responses to this combined synopsis/solicitation are due no later than 2 p.m.EST, Thursday, February 25, 2010. Offerors may send responses via email to Sandra.Wicks@ssa.gov. All questions regarding this RFQ must be submitted in writing to Sandra Wicks at the email address provided previously by February 22, 2010 at 2:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1100/listing.html)
 
Place of Performance
Address: Social Security Administration (SSA) Headquarters, 6401 Security Blvd., Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN02066704-W 20100219/100217234503-0699c0535e397fa9d4010b890e4b39d6 (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.