Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
DOCUMENT

84 -- Safety Shoes - Attachment

Notice Date
3/27/2018
 
Notice Type
Attachment
 
NAICS
316210 — Footwear Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0561
 
Response Due
4/2/2018
 
Archive Date
4/17/2018
 
Point of Contact
Rodney Wilson
 
E-Mail Address
rodney.wilson2@va.gov
(Rodney.Wilson2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 1 of 5 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; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. Solicitation 36C24618Q0561 is issued as a Commercial Solicitation using Simplified Acquisition Procedures found in FAR Part 13. Written documentation will not be issued for this quote. The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 (effective 1/24/18). It is the contractor s responsibility to be familiar with applicable clauses and provisions. The associated North American Industrial Classification System (NAICS) code for this procurement is 316210 with a small business size standard of 1,000 employees. This requirement is a 100% SMALL BUSINESS set-aside and only qualified offerors may submit bids. SDVOSB/VOSB status must be verified on VIP (Vendor Information Pages - https://www.vip.vetbiz.gov/). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. Questions concerning this solicitation shall be addressed to Rodney Wilson, Contracting Officer, via email at Rodney.wilson2@va.gov. All questions or inquires must be submitted no later than 12N Eastern Standard time on March 30, 2018 @ Noon. No phone calls will be accepted. Quote are due to this office NLT April 2, 2018 @ 11 AM. Price/Cost Schedule: See attachment -Please submit quote(s) from the attachments The date of delivery shall be on or before June 19, 2018 through June 22, 2018 or 15 days ARO, whichever date is later, to Salisbury VAMC, Salisbury, NC 28144; FOB Destination. Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and quality control. The Government will award a firm fixed-priced contract to the responsible offeror who is the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (JAN 2017) Addendum to 52.212-4 52.232-40 Accelerate Payments to Small Business Subcontractors (DEC 2013) VAAR Clauses: 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-71 Inspection (JAN 2008) End of Addendum to 52.212-4 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) FAR Provisions: 52.212-1 Instructions to Offerors- Commercial Items (Oct 2016) 1. Offeror shall provide an itemized list of the items 2. Offeror shall provide a quote addressing each item listed Addendum to 52.212-1 52.203-98 Prohibition from Contracting With Entities That Require Certain (FEB 2015) 52.204-22 Alternative Line Item Proposal 852.215-70 Service-Disabled Veteran-Owned Small Business Evaluation Factors (JUL 2016) End of Addendum to 52.212-1 52.212-2 Evaluation-Commercial Items (OCT 2014) The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced and represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Offeror Representations and Certifications Commercial Items (OCT 2016) End of document SCOPE OF WORK (SOW) PLACE OF PERFORMANCE: W. G. Hefner Medical Center; 1601 Brenner Ave.; Salisbury, NC Charlotte HCC 3506 W. Tyvola Rd; Charlotte, NC 28208 Kernersville HCC 1695 Kernersville Medical Pkwy; Kernersville, NC 27284 PERIOD OF PERFORMANCE: Salisbury VAMC June 19, 2018 from 7:00 a.m. to 12:00 noon 1:00 p.m. 5:00 p.m. Salisbury VAMC - June 21, 2018 from 7:00 a.m. to 12 noon Charlotte HCC June 22, 2018 from 7:00 a.m. to 11:00 a.m. Kernersville HCC June 22, 2018 from 1:00 p.m. to 4:00 p.m. The Government may reschedule the date of service by providing advance notice to the Contractor within five (5) days of desired date. SPECIFICATIONS FOR GUARANTEE PERIOD SERVICES: To be performed during normal business hours (8:00 a.m. 5:00 p.m. Monday thru Friday). CONTRACTOR TRADE: N/A SECURITY: N/A SAFETY AND HEALTH REGULATIONS: Contractor shall comply with Medical Center Safety and Health Manual, Safety and Occupational Health Program, Fire Prevention and Protection and all applicable NFPA Standards. Copies may be obtained from Safety Officer or Fire Chief. ACCIDENT REPORTING: Mishaps involving contractor employees shall be reported to Safety Office and Contracting Officer s Point of Contact (POC) immediately. Contractor shall make a written accident report. Report will be given to POC within five (5) working days after the date of accident occurrence. TRAFFIC AND SECURITY REQUIREMENTS: Persons employed in the performance of this order shall be subject to Security Regulations of the appropriate facility. These regulations pertain to the following subjects. a. Traffic laws and regulations (Rules of the road) b. Vehicle registration requirements c. Personnel entrance requirements d. Observation of For Official Use Only operations and associated restriction on discussing and writing about these operations TECHNICAL REQUIREMENTS: Shoe Truck Requires 2 trucks on 1st day to ensure large volume of employees are assisted Shoe Truck Require 1 truck on 2nd day Safety Toe Shoes for an estimated 216 staff. All safety shoe selections MUST meet the following Standards: OSHA Requirements Electric Shop shoes must be Steel Toe and/or Composite Toe suitable for Electrical OSHA Standards All specifications should be available in both women and men sizes A listing of safety footwear issued during each visit shall be compiled by the contractor, along with receipts signed by the employee receiving the shoes, and delivered to the designated Government point of contact (POC). These lists shall include the employees name, size, style, and price of the shoe/issued/bought. The total dollar value of all shoes issued/bought during the visit and the total number of pairs of shoes shall be included. The contractor shall invoice the government for the actual price of the safety footwear that is purchased, up to the amount of the government subsidy. If the contractor does not have the selected safety footwear available on-site, the contractor will mail the pair of shoes to: W. G. Hefner Medical Center; Attn: Warehouse Bldg. 17; 1601 Brenner Ave.; Salisbury, NC 28144 EQUIPMENT LIST: SEE ATTACHED LIST General Shoe size range - Men sizes from 7W 15W and Women sizes from 3M 10M B.5 SPECIAL CONTRACT REQUIREMENTS 1.0 KEY PERSONNEL Key personnel will be identified in the proposal and shall be considered key personnel essential for the successful completion of the work performed under the contract. CONTRACTOR VISITOR BADGES: Visiting passes/badges will be given to contractor personnel responsible for performing service on DLA Distribution installations. Contractor shall provide the security office with a list of all personnel required performing work on the installation during the contract performance period A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 PLEASE FIT AND PROVIDE SAFETY SHOES FOR VA EMPLOYEES WHO WORK ASSIGNMENT REQUIRE FOOT PROTECTION (APPROX 209 PAIRS OF SHOES) 216.00 EA GRAND TOTAL A.2 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 216.00 6/19/2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0561/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0561 36C24618Q0561_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180921&FileName=36C24618Q0561-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4180921&FileName=36C24618Q0561-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04868677-W 20180329/180327231923-af20d9d86bbbf113ad5d5df7b42c5629 (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.