SOLICITATION NOTICE
84 -- FCI Berlin Staff Boots BPA
- Notice Date
- 4/13/2020 10:27:35 AM
- Notice Type
- Solicitation
- NAICS
- 316210
— Footwear Manufacturing
- Contracting Office
- FCI BERLIN BERLIN NH 03570 USA
- ZIP Code
- 03570
- Solicitation Number
- 15B21820Q00000025
- Response Due
- 4/22/2020 7:00:00 AM
- Archive Date
- 05/07/2020
- Point of Contact
- Erica Yarbrough, Phone: 6033424024, Jessalynn Laflamme, Phone: 6033424128
- E-Mail Address
-
exyarbrough@bop.gov, jlaflamme@bop.gov
(exyarbrough@bop.gov, jlaflamme@bop.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. �This acquisition is 100% Small Business set-aside, �special consideration will be given to vendors that can supply an onsite mobile boot truck and custom webpage for easy ordering to FCI Berlin NH.� 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. This is a Request for Quote (RFQ) and the solicitation number is 15B21820Q00000025. This acquisition is 100% Small Business Set- Aside. The associated North American Industry Classification System (NAICS) code is 316. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-77 effective October 14, 2014. The complete text of any of the clauses and provisions are available electronically from the following site: https://www.acquisition.gov/far/index.html 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address; (2) Solicitation number; (3) Price Quote; (4) Contractor DUNS Number; (5) Do not calculate past the second decimal point of cents; (6) Descriptive literature IAW FAR 52.211-6 as shown within (7) Complete and return �FAR 52.212-3 Offeror Representations and Certifications - Commercial Items IAW . 2. Price quotes must be submitted via one of the following methods by 10:00 a.m. Eastern�Time, April�22, 2020: Mail or Deliver to FCI Berlin, 1 Success Loop Rd., PO Box 69, Berlin, NH�03570, ATTN: Erica Yarbrough, NOTE: All contractors MUST be registered in the System for Award Management (SAM) and have an active registration to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.sam.gov DESCRIPTION OF ITEMS: (1) The FCI Berlin has a requirement for a contractor to provide all labor, equipment, material, supervision, and transportation required to provide shoemobile services at FCI Berlin twice a year. (2) The contractor will provide shoemobile services a minimum of two times for each shift to ensure all eligible employees have the opportunity to be fitted and select a pair of shoes; standard shifts are 6:00 a.m. - 2:00 p.m., 2:00 p.m. to 10:00 p.m., and 4:00 p.m. - 12:00 a.m.; shoemobile service periods that include the 6:00 a.m. and 4:00 p.m. shift change are preferred. (3) The contractor will provide a sample of each pair of offered footwear for display at FCI Berlin�one week prior to the first scheduled visit of the shoemobile. The samples will remain on display at FCI Berlin�until the shoemobile visits are completed at which time they will be returned to the contractor for disposition. While on display, FCI�Berlin�will maintain the samples in a locked glass display case. (4) A listing of safety footwear issued during each visit of the shoemobile shall be compiled by the contractor along with receipts signed by the employee receiving shoes. These detailed lists must include the employee's name, size, style and actual price of the shoe issued. Employees are not authorized to ""pay the difference"" for a more expensive pair of shoes. This contract does not cover the purchase of insoles, shoelaces, and other comfort items and accessories. (5) Technical Requirements for Safety Shoes: (a) Composite toe (no steel shanks/must clear metal detector); (b) Meets minimum compression and impact performance standards of ASTM F2413; (c) All black with no other colors or emblems (e.g., black laces, black outer soles, black leather, etc.); (d) Weather-resistant to water, rain, and other natural elements; and (e) Minimum nine-month warranty (6) Selection must include a variety of styles in both male and female sizes. (7) Selection must include composite toe footwear suitable for correctional officers. Correctional officers spend up to eight hours per day walking and/or standing. Most eligible employees are correctional officers. (8) Selection must include composite toe footwear that is electrical hazard (EH) rated (appropriate for Facilities Maintenance/Electrical employees).� (9) Selection must include composite toe non-slip footwear (appropriate for Food Service/Kitchen employees) that meets or exceeds a Mark II oily/wet #1 slip test of .45. LINE ITEMS: Please see attached Bid Sheet Offerors must submit a price quote for the following styles of safety shoes, brand name or equal (see FAR 52.211-6). The quantities, brands and styles of safety shoes available for purchase are not limited to those cited on bid sheet. It is anticipated and desired that the contractor will offer a variety of brands and styles at a range of prices (additional styles and prices offered should be included with the quote as an attachment). There are no minimum or maximum pairs of footwear guaranteed under this RFQ and any resulting purchase order. Solicitation provisions are as follows: 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instruction of Offerors-Commercial items (MAR�2020) 52.212-2 Evaluation--Commercial Items (OCT 2014) �52.225-2 Buy American Act Certificate (MAY 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT�2018) applies to this acquisition. Addenda to 52.212-4: DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT (Bureau of Prisons Clause) (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm. By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. (End of clause) UNSAFE CONDITIONS DUE TO THE PRESENCE OF HAZARDOUS MATERIAL (JAR 2852.223 70) (JUN 1996) �52.204-7, System for Award Management 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (March 2020) In paragraph (b) the following clauses apply: (26) 52.222-3 Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan�2020) (E.O. 13126). (28) 52.222-21 Prohibition of Segregated Facilities (Apr�2015). (29) 52.222-26 Equal Opportunity (Sept�2016) (E.O. 11246). (31) 52.222-36 Affirmative Action for Workers with Disabilities (July��2014) (29 U.S.C. 793). (38) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (39) 52.225-1 Buy American Act-Supplies (May�2014) (41 U.S.C. 10a-10d). (42) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (47) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31 U.S.C. 3332). (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/99cc6ca7895b456a8cb1cda7e3cf9136/view)
- Record
- SN05619564-F 20200415/200413230149 (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 |