Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

84 -- SAFETY SHOE MOBILE

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
316213 — Men's Footwear (except Athletic) Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0087
 
Point of Contact
Laura A. Dodson, Phone: 7177705516
 
E-Mail Address
laura.dodson@dla.mil
(laura.dodson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 SP3300-10-Q-0087. This solicitation is issued as unrestricted. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-39 effective 19 Mar 2010, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100324 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2010-02 & (2009 – 61, 62, &63). The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. DESCRIPTION OF SERVICES: The Defense Distribution Center Corpus Christi, Texas (DDCT) has a requirement for a safety shoe mobile for service once a month (to be determined after award). This requirement consists of Base Year and Two (2) option years with an estimated quantity of 100 pairs of safety shoes during each period of performance. The period of performance will begin 1 May 2010 to 30 April 2011. STATEMENT OF WORK: The safety shoe mobile will come to the Defense Distribution Center Corpus Christi Naval Air Station, 540 1ST ST SE, Corpus Christi, TX 78419-5208 (FRONT OF BUILDING 1846). The Government may reschedule the date of service by providing advance notice to the Contractor within five (5) days of desired date. The government allowance for safety shoes is $120.00 per employee per year. Any charges above the $120.00 must be paid by the employee at the time of issuance of the safety shoe. In order to be eligible for either direct payment or reimbursement, employees must present a form signed by their supervisor DDCT Form 999. 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, badge number, 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, which is $120.00 for any style that is purchased. Any charges incurred by the employee over this amount during the purchase of the safety footwear shall be paid in cash by the employee, and will be collected by the contractor at the time of sale. If the contractor does not have the selected safety footwear available on-site, the contractor will mail the pair of shoes to : DEFENSE DISTRIBUTION CENTER CORPUS CHRISTI, 540 FIRST ST SE, BLDG 1846, ATTN: SAFETY SHOE PROGRAM MGR, CORPUS CHRISTI, TX 78419-5208. DELIVERY OF SAFETY FOOTWEAR SHALL BE TWO (2) WEEKS OR LESS. Contractors must be able to accept the Government Credit Card for payment. PERIOD OF PERFORMANCE AND LINE ITEMS: Line Item 0001 (Base Year), Period of Performance: 1 May 2010 to 30 April 2011. Total quantity is estimated at 100 pairs of safety shoes Line Item 1001 (Option Year 1), Period of Performance: 1 May 2011 to 30 April 2012. Total quantity is estimated at 100 pairs of safety shoes Line Item 2001 (Option Year 2), Period of Performance: 1 May 2012 to 30 April 2013. Total quantity is estimated at 100 pairs of safety shoes. The quantities shown above are estimated only. They represent the Government’s best known estimated quantity for each year. If the Government’s requirement do not result in the quantity described as estimated; such event shall not constitute the basis for an equitable price adjustment under this contract. Payment will only be for the actual quantities provide to the Government at the prices specified. For each Period of Performance, Offerors must submit a quote for the following styles of safety shoes: (1)Dr Martens – D7A12 - 1 each $______________ (2)Dr Martens - D8845 – 1 each $_______________ (3)Dr Martens - D8855 – 1 each $_______________ (4)Harley Davidson – 81615 – 1 each $____________ (5)Harley Davidson - 91015 – 1 each $____________ (6)Harley Davidson – 91137 – 1 each $____________ (7)Wolverine – W04707 – 1 each $_______________ (8)Wolverine - W02625 – 1 each $________________ TOTAL FOR ALL ITEMS - $____________________ Evaluation for award shall be in accordance with FAR 52.212-2 Evaluation – commercial Items (Jan 1999). Award will be based upon the lowest evaluated prices for all items listed above. The quantities, brands and styles of safety shoes available for purchase are not limited to those cited above. Those quantities, brands and styles are included for pricing evaluation purposes only. It is anticipated and desired that offerors will offer a variety of brands and styles at a range of prices. The following FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil. FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) 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. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Monthly rental for forklift plus delivery and pickup cost; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00PM ET, 13 April 2010: Email to: laura.dodson@dla.mil; Fax to: 717-770-7591 Attn: Laura Dodson or Mail to: Defense Distribution Center, DDC-AB, ATTN: Laura Dodson, 2001 Mission Drive Building 404, New Cumberland, PA 17070. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 52.212-4Contract Terms and Conditions–Commercial Items (MAR 2009), Addenda to 52.212-4; the following clauses apply: FAR 52.217-8 Option to Extend Service (Nov 1999) FAR 52.217-9Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (DEC 2009) in paragraph (b) The following clauses apply: FAR 52.219-28Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies (AUG 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36Payment by Third Party (MAY 1999) FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (NOV 2009) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I (JUL 2009) DFARS 252.243-7002 Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0087/listing.html)
 
Record
SN02107555-W 20100401/100331000039-82a4e9bd4543de708c91e03f2eb597e9 (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  © 1994-2020, Loren Data Corp.