SOLICITATION NOTICE
84 -- Safety and Uniform Footwear - ATTACHMENT B - List of Provisions and Clauses - ATTACHMENT C - Pricing Spreadsheet - ATTACHMENT A - Statement of Work
- Notice Date
- 6/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424340
— Footwear Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
- ZIP Code
- 20135
- Solicitation Number
- HSFE50-14-Q-0024
- Archive Date
- 7/22/2014
- Point of Contact
- Phyllis H. Woodward, Phone: 5405425281
- E-Mail Address
-
Phyllis.Woodward@fema.dhs.gov
(Phyllis.Woodward@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT A - Statement of Work ATTACHMENT C - Pricing Spreadsheet ATTACHMENT B - List of Provisions and Clauses Applicable to RFQ No. HSFE50-14-Q-0024 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This combined synopsis/solicitation is being issued as Request for Quotation (RFQ) No. HSFE50-14-Q-0024, the result of which will establish one or more Blanket Purchase Agreements (BPAs) for various sizes and types of safety and uniform footwear. The successful contractor(s) must be located within a 30 mile radius of the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Mount Weather Emergency Operations Center (MWEOC), 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006. The RFQ clauses and provisions are those in effect thru Federal Acquisition Circular 2005-74, effective 05/30/2014. The NAICS code applicable to this requirement is 424340; small business size standard is 100 employees. This procurement is a small business set aside. It is anticipated that one or more awards will be issued as a result of this solicitation, via the issuance of simplified acquisition/commercial item blanket purchase agreements to include a base year and four one-year option periods. Please include all applicable Government discounts in your offer. FAR Provisions 52.212-1, 52.212-4 and 52.212-5 apply to this acquisition. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the System for Award Management (SAM) website, https://www.sam.gov/portal/public/SAM/. The successful vendor must provide their company DUNS number which is registered and active in the System for Award Management (SAM). The Statement of Work which includes purchasing procedures under the proposed BPA(s) is attached to this combined synopsis/solicitation (reference ATTACHMENT A). Also attached is a list of provisions and clauses applicable to this RFQ (reference ATTACHMENT B). The Contractor's pricing proposal shall contain their current unit prices for the safety and uniform footwear brands and styles listed on the attached pricing spreadsheet (reference ATTACHMENT C). The footwear brands and styles listed on this spreadsheet represent the footwear ordered most often by MWEOC employees; additional footwear brands and styles may also be ordered from the proposed BPA(s). Pricing information provided on the spreadsheet will be used for quote evaluation purposes only. If additional charges or fees apply for special order, extended sized footwear, or shipping and handling, etc., please include them on the second page of the pricing spreadsheet. EVALUATION INFORMATION - In accordance with FAR 52.212-2, the Government will issue one or more BPAs to the responsible/responsive offeror(s) whose offer is found to be most advantageous to the Government based on a best value determination. In order to be found technically acceptable, the offeror must be capable of providing safety and uniform footwear in accordance with the purchasing procedures specified in the Statement of Work. The Contractor shall provide the following information in order for the Government to make a determination of technical acceptability: •Capability Statement - the Contractor must provide a comprehensive capability statement which indicates their understanding of how the purchasing procedures under the BPA will function. This capability statement should demonstrate their expertise in determining the correct size and fit of safety and uniform footwear. It should include a listing of the safety and uniform footwear manufacturers available for direct or special order purchase from their store. In addition, the Contractor must provide written return and exchange policies, and indicate if Government or other discounts will be offered. The Contractor must also provide a statement to indicate their willingness to work cooperatively with FEMA, MWEOC to keep track of purchase orders and invoices, as well as resolve discrepancies. •References - the Contractor must provide three references to support its' capability to provide various sizes and widths of footwear, either in stock or by special order; and in compliance with the OSHA regulations defined in the Statement of Work. References provided may be from other government agencies, sporting organizations, health care facilities or local businesses. References shall include a current point of contact and telephone number. The Contractor must also provide a statement that it has not been terminated for default in the past three years. The Government considers the information provided in the Contractor's capability statement, as well as from references, to be of equal importance as the contractor's pricing information when making a best value determination for award. QUESTIONS - Questions regarding this RFQ are to be submitted in MS Word format to Phyllis.Woodward@fema.dhs.gov by 12:00 PM on Wednesday, 06-25-2014. Hand deliveries and/or faxes of questions will not be accepted without prior approval. Additionally, the subject line of your email shall, at a minimum, contain the RFQ number. PROPOSAL SUBMISSION INSTRUCTIONS - The Contractor shall submit an electronic proposal via email to Phyllis.Woodward@fema.dhs.gov no later than 4:00 PM on Monday, 07-07-2014. The subject line of emails pertaining to this RFQ shall clearly reference RFQ # HSFE50-14-Q-0024. Total size of email shall not exceed 8MB due to DHS email restrictions. Hand deliveries and/or faxes of proposals will not be accepted without prior approval. Contractor proposals shall be valid for 30 calendar days after the due date for responses to this RFQ. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror(s) shall result in a binding contract without further action by either party. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation. Attachments to Combined Synopsis/Solicitation, DHS, FEMA RFQ No. HSFE50-14-Q-0024: • ATTACHMENT A - Statement of Work • ATTACHMENT B - List of Provisions and Clauses Applicable to this RFQ • ATTACHMENT C - Pricing Spreadsheet
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-14-Q-0024/listing.html)
- Place of Performance
- Address: Successful Contractor's facility which must be located within 30 miles of:, FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, Virginia, 20135-2006, United States
- Zip Code: 20135-2006
- Zip Code: 20135-2006
- Record
- SN03398110-W 20140619/140617235944-cacd1ce3d6b079f6b5b023c3e928bf08 (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 |