Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

83 -- Work Shoes/Boots and Shoe Mobile/Truck

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, G-C-7 East High Rise Building 6401 Security Blvd., Baltimore, MD, 21235
 
ZIP Code
21235
 
Solicitation Number
SSA-RFQ-05-1148
 
Response Due
6/6/2005
 
Archive Date
6/30/2005
 
Description
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. 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-05-1148, and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. All responsible business sources may submit an offer which shall be considered by the agency. This acquisition is not set-aside for small businesses. The NAICS codes are 316213 and 316214. Small Business size standard is 500 employees. REQUIREMENT: 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. The styles must be light weight and comfortable for employees who are required to be on their feet for long periods of time. The following styles must be available: 1. MEN'S REGULAR STYLE: Two styles must be offered. Styles shall be suitable for building managers, professional employees, etc. whose job requires them to wear safety shoes when entering into big risk areas. These shoes must be available in sizes and widths up to and including 13 triple E. One style must be a black lace up and the other a black slip on (loafer style). Sole Code Y. 2. MEN'S BOOT: Three styles must be offered. They must offer excellent protection for the warehouse worker employee. Must provide ankle support and shall be oil, chemical and abrasion/slip resistant. One style shall be 100% waterproof, which will afford necessary protection for plumbers and custodial workers who are required to work in wet conditions. The 100% waterproof boot must have Sole Code L. The offeror must offer two other styles, one with a Sole Code of M and the other with a Sole Code of F. 3. WOMEN'S STYLES: Two styles in women?s soft leather moc in black and brown (or golden bronze) and must be for the female warehouse worker. One style in a black leather chukka, that provides ankle support. All styles shall be lightweight and oil resistant. Sole Code II. 4. ELECTRICAL HAZARD SHOES: Three styles must be offered. Heavy duty work boots must be available in sizes up to and including 13 triple E. They shall be oil, chemical, chip, slip and abrasion resistant and meet ANSI standards for electrical hazard protection. One style shall be an eight inch leather work boot, which provides ankle support, and must meet ANSI electrical hazard standards. This eight inch electrical hazard boot is necessary because of the extra ankle protection and support it affords. The eight inch electrical hazard boot must be a Sole Code L and also one other style. The third style shall be a Sole Code G. 5. MEN'S TENNIS SHOE: One style must be offered. Black, lightweight, slip resistant and shall be a high top for added ankle protection. 6. WOMEN'S TENNIS SHOE: Four styles must be offered. Two styles shall be black leather sneakers and be available in sizes up to and including 10W. The other two styles shall be white low quarter sneakers and be available in sizes up to and including 11W. All shall be oil and chemical resistant and lightweight. ESTIMATED QUANTITIES: The estimated quantity is approximately five hundred (500) pairs of shoes per year. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: (b)(14), (b)(15), (b)(16), (b)(17), (b)(18), (b)(19), (b)(20), (b)(23), (b) (25), (b)(26), and (b)(32). INSTRUCTIONS TO OFFERORS: The following provisions at FAR 52.212-1, Instruction to Offerors, Commercial Items, (tailored) apply to this acquisition: (b) (1), (3), (4), (6), (7), (8), (10), (11), (c), (f), (g), (j), and (k). The Government will award a firm-fixed price requirements contract with a period of performance which shall be a base year plus four one year options if exercised. All quotations shall be clearly marked with SSA-RFQ-05-1148, and shall contain the following: 1) Price quotation (FOB Destination). 2) Name and Model number of items quoted. 3) DUNS Number. 4) Past Performance Information (no more than 3 references). 5) Completed Certs & Reps. EVALUATION: The provisions at FAR Part 52.212-2, Evaluation - Commercial Items (tailored) apply to this acquisition. Paragraph (a) is tailored as follows: the Government will award an order resulting from this request for quotation to the offeror whose quote represents best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: price, past performance, and technical capability. REPRESENTATIONS AND CERTIFICATIONS: Quoters must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the quoter verifies by submission of this quotation that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS codes referenced for this solicitation), as of the date of this quotation and are incorporated in this quotation by reference (see FAR 4.1201), If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. Responses must be submitted by 1630 Eastern Standard Time, June 6, 2005, via email to Anita Allen at anita.allen@ssa.gov or if unable to email, quote may be faxed to 410-966-0870. All responsible business sources may submit a quotation that shall be considered by the Agency.
 
Place of Performance
Address: 6401 Security Blvd, Baltimore, Maryland
Zip Code: 21235
Country: USA
 
Record
SN00816627-W 20050528/050526212618 (fbodaily.com)
 
Source
FedBizOpps.gov 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.