SOLICITATION NOTICE
83 -- 16" Rain Work Boots - Price Summary Sheet
- Notice Date
- 9/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424340
— Footwear Merchant Wholesalers
- 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
- CNSHQ14T0078
- Point of Contact
- Shecola C. Waters,
- E-Mail Address
-
swaters@cns.gov
(swaters@cns.gov)
- Small Business Set-Aside
- N/A
- Description
- Price Sheet This is a combined synopsis/request issued under solicitation number CNSHQ14T0078 for proposals for commercial supplies 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. Solicitation CNSHQ14T0078 will incorporate provisions and clauses that are in effect through the latest Federal Acquisition Circular (FAC) 05-76 dated 07/25/2014. The North American Industrial Classification System (NAICS) code is 424340, Boots Merchant Wholesalers The Corporation for National and Community Service (CNCS) has a requirement for 16" rain work boots for the AmeriCorps NCCC Pacific Region Campus in McClellan, CA. CNCS anticipates award of a Firm-Fixed Price (FFP) type Purchase Order (PO) that will be awarded via OPEN MARKET as set forth in the Statement of Work included herein. This award shall be made via Lowest Price Technically Acceptable (LPTA). Award will be on an all or none basis as a result of this Request for Quote (RFQ). 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: SEE ATTACHED REFERENCE DOCUMENTS: - Statement of Work - Price Summary Sheet Additional Information: **Contractor shall submit invoices via Invoice Processing Platform (IPP). Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. All technical questions resulting from the solicitation and SOW should be forwarded via email to the Contract Specialist, Ms. Shecola Waters, no-later-than 12:00PM EST Monday, September 8, 2014, at the following email address: swaters@cns.gov Evaluation Criteria The Government intends to award a Purchase Order (PO) to the responsible offeror whose quote is the Lowest Price Technically Acceptable quote/offeror after an evaluation is conducted in accordance with the Statement of Work in this solicitation. The technical evaluation criteria set forth below have been developed by the program office and have been tailored to their requirements in this particular solicitation. Vendor must include descriptive literature such as illustrations, drawings, or a clear reference that demonstrates the furnished item clearly meets the government's specifications. The technical proposal must address the technical factors described herein. Your quote submittal must, at a minimum show: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and any discount terms; (5) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (6) Acknowledgment of Solicitation Amendments; (7) Vendor must include descriptive literature such as illustrations, drawings, or a clear reference that demonstrates the furnished item clearly meets the government's specifications. Please send all questions via email. Questions will not be taken or answered over the phone or by fax. Include in the subject line Rain Work Boots "Solicitation # CNSHQ14T0078". The question period will end Monday, September 8, 2014 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 8404-D, Washington DC 20525 or Fax (202-606-3488). Place the Solicitation number within the subject line of your submittal. Electronically submitted quotations shall be sent to the following email addresses: swaters@cns.gov, Shecola Waters Contract Specialist w/Cc: rkoplos@cns.gov - Robert Koplos, 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 Wednesday, September 10, 2014 at 5:00pm Eastern Time. ** 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: Robert Koplos 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 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. Subpart 4.11-System for Award Management -Commercial Items with their proposal or indicate that the registration has been completed at the SAM website http://www.sam.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. 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 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;52.252-2, 1352.201-70 COR, Contractors can register at www.sam.gov. Full text versions of clauses and provisions may be viewed at http://www.acquisitions.gov/far. IPP CLAUSE Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. IPP invoice: The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. 1352.201-70 Contracting Officer: The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price STATEMENT OF WORK RAIN BOOTS FOR NCCC PACIFIC REGION BACKGROUND AmeriCorps National Civilian Community Corps (NCCC) is a residential national service program operated by the Corporation for National and Community Service (CNCS). The NCCC mission is to strengthen communities and develop leaders through team-based national and community service. Built on the legacy of the Civilian Conservation Corps of the 1930s, NCCC is premised on the belief that civic responsibility is an inherent duty of all citizens and that national service can effectively solve local problems while providing opportunities to learn practical skills and engender a life-long commitment of service to others. Based currently on five campuses in Sacramento, CA; Denver, CO; Perry Point, MD, Vicksburg, MS and Vinton, IA the NCCC engages young people ages 18 - 24 in team based service on projects in local communities throughout designated regions of the country. Program participants, called corps members, commit to ten months of service during which they earn a modest living allowance, receive room and board, and are eligible for an education award upon successful completion of the program. As part of our program, we require all members to be issued and carry with them at all times, an AmeriCorps campus photo identification card. As such, the AmeriCorps NCCC will require equipment to develop ID cards at the Sacramento campus location. REQUESTOR Corporation for National and Community Services AmeriCorps National Civilian Community Corps (AmeriCorps NCCC) REQUESTOR LOCATIONS AmeriCorps NCCC Pacific Region, 3427 Laurel St., McClellan, CA 95652 PERIOD OF PERFORMANCE (estimated dates - based on current and anticipated future arrival dates) A one-time purchase to be delivered by September 30, 2014. CONTRACT LIMITS Not to exceed $15,000 SERVICE DESCRIPTION & REQUESTOR REQUIREMENTS This Purchase Request is to provide a one-time purchase award for Rain Boots to include delivery to the AmeriCorps Pacific Region Corps. REQUIREMENTS All black, 16" rain work boots, made of rubber or plastic material, has a steel toe and lug outsole for protection and grip for aggressive environments, 100% waterproof, sizes 4-16. Delivery to McClellan, CA 95652 included. For AmeriCorps NCCC Pacific Region campus. REQUESTOR REQUIREMENTS • Deputy Director or designee will approve time delivery of materials • Upon completion of delivery of goods and services, invoices to be submitted via the IPP invoice processing system. DELIVERY/SHIPPING INSTRUCTIONS (Delivery Date of Materials/Date of Performance) Goods will be delivered to 3427 Laurel Street, McClellan, CA 95652. ORDERING SERVICES AND REGION CONTACTS AmeriCorps NCCC Pacific Region: Nicole Shala, Deputy Region Director for Operations, nshala@cns.gov, 916.640.0304 Zak Donetskov, Support Services Specialist, zdonetskov@cns.gov, 916.640.0096 Andy Jacobs, Resource Manager, ajacobs@cns.gov, 916.640.0302, Invoicing ACCOUNTS AND INVOICING Invoices are to be submitted electronically via uploading into IPP
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ14T0078/listing.html)
- Place of Performance
- Address: NCCC Pacific Region, 3427 Laurel Street, McClellan, California, 95652, United States
- Zip Code: 95652
- Zip Code: 95652
- Record
- SN03498324-W 20140907/140905235554-2117cf7b4e31e0be6ad0e81da13812ef (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 |