Sunteți pe pagina 1din 11

BOOT REQUIREMENT

Request for Quotation ~ OM-CNCS-09-BL0602

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 solicitation is issued as
a request for quote, solicitation number OM-CNCS-09-BL0602.

This notice incorporates provisions and clauses in effect through Federal Acquisition
Circular (FAC) 2005-32 dtd 5/14/2009. The complete text of any of the clauses and
provisions are available electronically from the following site: http://www.farsite.hill.af.mil

This acquisition is a 100% Small Business set-aside. The associated North American
Industry Classification System (NAICS) Code is 316213 and the small business size
standard is 500 Employees.

Offerors shall submit pricing for the items specified within the combined synopsis in the
following format:

Line Unit of Unit


Total
Item Description Quantity Issue Price
Price

0001 SAFETY ( STEEL TOE) BOOT 1 EACH


$________ $___________

0002 FIRE BOOT 1 EACH


$________ $___________

0003 SUMMER SERVICE SAFETY


(STEEL TOE) 1 EACH
$________ $___________

0004 SAFETY (COMPOSITE TOE) BOOT 1 EACH


$________ $___________

SUPPLIES OR SERVICES TO BE PROVIDED


This is a Firm-Fixed Price (FFP) type Blanket Purchase Agreement that will be awarded
via OPEN MARKET as set forth in the Statement of Work included herein. This award
shall be made via the Lowest Cost Technically Acceptable (LCTA). This requirement is
a 100% Small Business Set-Aside.

BPA Single Call Limit: $100,000.00


BPA Ceiling: $1,000,000.00

PERIOD OF PERFORMANCE
This Blanket Purchase Agreement (BPA) shall be utilized to acquire Boots for
AmeriCorps NCCC Campuses.

The period of performance for this BPA is five years. The duration will commence at
contract award continuing for five years. Pricing shall remain in effect for the duration of
the BPA.

Instructions, Conditions, and Notices to Offerors


CONTENT AND FORMAT OF SUBMISSION

FAR 52.212-2 Evaluation Commercial Items


Evaluation for award shall be in accordance with FAR 13, Simplified Acquisition
procedures, Subpart 13.106-2, Evaluation of Quotations or Offers. The government
intends to award a Single Firm-Fixed Price Blanket Purchase Agreement resulting from
this notice on the proposal that provides the total lowest price for the below services and
meets the technical acceptability standard as listed below.

(1) A proposal submitted in response to this solicitation must be submitted electronically


and be comprised of the following Sections:

Section 1: Proposed Boots


2) Pictures of proposed boots
3) Full Description of proposed boots

**Proposed Boots must meet the specifications as cited within the statement of
work in order to be considered technically acceptable**

Section 2: Company’s Technical Qualifications (All below items must be in


relation to Statement of Work)
4) Company’s Overall Capabilities in providing boots as cited within statement of
work
5) Company’s Background in sizing and fitting

Section 3: Past Performance/References


6) Past Performance/References shall be similar in scope, size, and dollar value
of this RFP. Past Performance/References must be submitted for current
work being performed or work that has been done within the past two years.
Past Performance/References may be either from government or private
industry clients.
At a minimum the following shall be provided for Past
Performance/References:
A. Program office / technical point of contact
B. Telephone number
C. Duration of contract
D. Targeted Demographic
E. Contract Dollar Value/Project Cost

Section 4. Pricing Proposal

**Offers that are received without addressing the Section information as


prescribed above will be deemed non-responsive and will not receive
consideration for award.

ELECTRONIC SUBMISSIONS
OFFERS MUST BE SUBMITTED ELECTRONICALLY

U.S. Postal Service, Over Night Carrier or Fax submissions shall not be an acceptable
form of submittal.

All sections shall be sent via one email. Place the RFP number within the subject line of
your submittal.

Electronically submitted proposals shall be sent to the following email address:

blorthridge@cns.gov
Brandon O. Lorthridge, Contract Specialist

Please carbon copy the following personnel on all submittals:


cvassfrye@cns.gov
Cynthia J. Vass-Frye, 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, July 1, 2009 11:00am Eastern Time.**

(2) Any data previously submitted in response to another solicitation will be assumed
unavailable to the Contracting Officer; and this data must not be incorporated into the
technical offer by reference.

(3) Clarity and completeness of the offer are of the utmost importance. The offer must
be written in a practical, clear and concise manner. It must use quantitative terms
whenever possible and must avoid qualitative adjectives to the maximum extent
possible.

(4) Offers must be legible, double spaced (personnel resumes may be single spaced),
typewritten (on one side only), in a type size not smaller than 10 point pitch with a one-
inch margin on all sides, on paper not larger than eight and a half by eleven inches and
not exceeding the page limits established in this solicitation. Pages in excess of the
individual limitations shall not be read, and the offer shall be evaluated as if the excess
pages did not exist.

PAGE RESTRICTIONS
Here are the following page restrictions by sections:

Section 1- Proposed Boots shall not exceed 10 pages


Section 2- Company’s Technical Qualifications shall not exceed 10 pages
Section 3- Past Performance/References shall not exceed five pages
Section 4- Pricing Proposal shall not exceed five pages

Items not included within the page restriction count are as follows: Cover pages,
Table of Contents, Charts, Graphs, glossary of terms, exhibits, drawings,
pictures, sample formats and items of an illustrative nature.

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:

Roderick Gaither
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.

QUESTIONS PERTAINING TO SOLICITATION


(1) All questions shall be addressed to the following email addresses:
Brandon Lorthridge, Contract Specialist at blorthridge@cns.gov
and
Cynthia Vass-Frye, Contracting Officer at cvassfrye@cns.gov

Please send all questions via email. Questions will not be taken or answered over the
phone or by fax. Please include the Request for Proposal (RFP) Number in the subject
line. Once questions are compiled they will be answered by an issued amendment to
the solicitation.

7) Questions will be permitted from issuance of the combined synopsis through


June 19, 2009. Questions submitted after June 19, 2009 11:00am Eastern Time
shall not be answered.

OTHER SUBMITTAL ITEMS THAT MUST ACCOMPANY PROPOSAL


Offeror shall complete the attached Quotation Cover page in its entirety, submit Current
ORCA Record or FAR 52.212-3 (Offeror Representations and Certifications –
Commercial Items) in its entirety, and ACH Form and submit with offer.

**Offerors that submit quotation without the quotation cover page, ORCA/FAR
52.212-3, ACH Form will be deemed non-responsive and will not receive
consideration for award.

The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this
acquisition. The full text version may be viewed at http://farsite.hill.af.mil/

FAR 52.212-1 Instructions to offerors-Commercial Items applies to this acquisition.

FAR 52.212-3 Offeror Representations and Certifications- Commerical Items. Offeror


must submit a completed copy of FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items with their proposal or indicate that the registration has
been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this
information with the price proposal and past performance may render an offeror
ineligible for award.

FAR 52.212-4 Contract Terms and Conditions-Commercial applies to this acquisition.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or


Executive Orders-Commercial items apply to this acquisition. The following additional
FAR clauses are applicable to this requisition:

FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR
52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with
Disabilities; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central
Contractor Registration.

AmeriCorps*NCCC
Statement of Work
for
SAFETY and FIRE BOOTS
8) HISTORY: AmeriCorps*NCCC is a residential national service
program operated by the Corporation for National and Community
Service. The AmeriCorps*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, AmeriCorps*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. The AmeriCorps*NCCC mission is
accomplished through the engagement of young people ages 18 –
24 in team based service on projects in local communities
throughout designated regions of the country.

9) GENERAL: Our program requires the members to work on


construction sites, trails, and other rigorous work sites that make it
imperative they wear safety boots. Non-steel toe boots are also
necessary to support the wild fire fighting mission. Therefore, an
experienced provider is needed to deliver and fit the boots they
provide at the time of fitting. This is with the exception of fire boots
since they will be provided according to size fitted when the
members arrive.

10)SERVICE NEED: AmeriCorps*NCCC’s campuses require a safety


boot provider for new volunteers (referred to as members
throughout this document). There are four types of boots
requested. One is a standard steel-toe boot, a composite-toe boot
for cold climates, a summer service safety boot, and a wild fire
boot. Specific specifications are provided in Section 4 (Boot
Specifications). Campuses normally commence in two seasons—fall
and winter. These openings may change at the discretion of the
Corporation and the provider must provide on-site fittings of boots
that coincide with the arrival or our members.

11)BOOT SPECIFICATIONS:

A. SAFETY (STEEL TOE) BOOT SPECIFICATIONS:


12) 8" tall lace Boot with a steel safety toe that meets or exceeds
ANSI
13)Z41-PT99 standards
14)Black Full Grain Oil Tan Leather Upper
15)All around, full Goodyear welt construction
16)Fully lined in Cambrelle w/10mm foam between lining and upper
17)All cambrelle sock liner w/12mm foam padding
18)Deep Lug, yellow plug, carbon impregnated oil-resistant outsole
19)Security stitch outsole
20)Leather stitch and turn collar
21)8 Iron neoprene rubber midsole
22)Leather finger loop in backstay
23)64" black taslan nylon laces
24)One rivet for strength added to the end of each lacing stay at
side of vamp
25)Leather tongue, lined w/cambrelle and padded w/10mm foam
26)5 rust resistant bottom hex shaped black eyelets
27)3 rust resistant black hooks at ankle
28)1 rust resistant bottom hex shaped black eyelets
29)Available in sizes 3 to 15 in narrow, medium, and wide widths
that adequately fit male and female members

B. FIRE BOOTS SPECIFICATIONS:

30) All Black 8” Full Grain Oil Tanned Leather


31)American Society for Testing and Materials (ASTM standard F)
2413-05, M I/75, C/75 Rated Safety Toe
32)Nickel plated eyelets and hooks
33)Heavy Duty Nylon Laces
34)Riveted Vamp/Eyelet Stay
35)Triple Stitched Vamp and Quarter
36)All Around Nylon Good Year Storm Welt Constructed
37)Heavy Duty, Long Wearing, Oil & Slip Resistant One Piece Lug
Sole
38)Security Stitched Sole At Toe
39)Fully Lined and Padded Quarters
40)Stitched And Turned Black Top Edge
41)Full Length In-Seamed and Wrapped Pillow Cushion Insole
42)Back Leather Pull Loop
43)Genuine Black Suede Leather Tongue With Cushioned Lining
44)Steel Shank
45)Available in sizes 3 to 15 in narrow, medium, and wide widths
that adequately fit male and female members

C. Summer Service Safety (Steel Toe) Boot Specifications:

46)Steel toe ASTM certified (American Society for Testing and


Materials)

47)Nylon/Leather upper with rubber bumper toe and heel foxing

48)removable cushion insole

49)Texon insole board

50)TPR lug outsole

51)Compression molded EVA Mid-sole

52)Steel shank

53)Nylon laces

54)Padded collar of nylon, suede leather and foam

55)Fully lined

56)2 metal top hooks

57)padded tongue of nylon, suede leather and foam

58)Nylon Pull Tab in back with finger loop


59)Available in sizes 3 to 15 in narrow, medium, and wide widths
that adequately fit male and female members

D. SAFETY (Composite Toe) Boots:

60)All Black 8” Full Grain Oil Tanned Leather


61)American Society for Testing and Materials (ASTM standard F)
2413-05, M I/75, C/75 Rated Safety Toe
62)Nickel plated eyelets and hooks
63)Heavy Duty Nylon Laces
64)Riveted Vamp/Eyelet Stay
65)Triple Stitched Vamp and Quarter
66)All Around Nylon Good Year Storm Welt Constructed
67)Heavy Duty, Long Wearing, Oil & Slip Resistant One Piece Lug
Sole
68)Security Stitched Sole At Toe
69)Fully Lined and Padded Quarters
70)Stitched And Turned Black Top Edge
71)Full Length In-Seamed and Wrapped Pillow Cushion Insole
72)Back Leather Pull Loop
73)Genuine Black Suede Leather Tongue With Cushioned Lining
74)Steel Shank
75)Available in sizes 3 to 15 in narrow, medium, and wide widths
that adequately fit male and female members

5. DELIVERY AND FITTING LOCATIONS, AmeriCorps NCCC has five


sites located in Sacramento, CA; Denver, CO; and Perry Point, MD;
Vicksburg, MS; and Vinton, IA where delivery and fitting will be
required.

6. ESTIMATED BOOT FOR 2009 AND 2010

A. Safety Boot Estimated Requirements:


Contact Info: Proposed Start- Up
Estimated Members

AmeriCorps NCCC October 2009 and 2010


240
Southwest Region
Walsh Hall Rm 136
3001 S. Federal Blvd
Denver, CO 80236
POC Robert Hite/Ray Terlaje/Eric Cook
(303) 844-7425

AmeriCorps NCCC February 2010


240
Atlantic Region
VA Medical Center
Boilerhouse Rd. Bldg 15
Perry Point, MD 21902
POC Dernard Williams/David Beach/Kathleen Hamilton
(410) 642-2411 ext 6847

AmeriCorps NCCC October 2009


320
Pacific Region
3427 Laurel Street,
McClellan, CA 95652
POC Vasco Espinoza/Lorraine Frias
(916) 640-0302

AmeriCorps NCCC July 2009


160
Southern Region
2715 Confederate Ave.
Vicksburg, MS 39180
POC Wade Williams/Christopher Williams/Jules Hampton
(601) 638-1426

B. Wild Fire Boots are estimated at up to 50 per campus per


year.

C. Summer Safety Boots are estimated at 100 – 300 per year.

**PLEASE NOTE THESE ARE ONLY ESTIMATES. THESE NUMBERS


DO NOT REPRESENT ANY OBLIGATION ON PART OF THE
GOVERNMENT IN PROCURING QUANTITIES SPECIFIED WITHIN
THIS SECTION.**

76) OTHER VENDOR RESPONSIBILITIES:


A. VENDOR RESPONSIBILITIES:
-The Vendor will provide in-soles for members that require and
adjustment to properly fit the boot.
-A list of sizes with the members name will be provided to the
liaison prior to the vendor leaving the campus after fitting.
-Any members with special needs will be identified and a
resolution arrived at before departing the campus after fitting.
-Provide replacement laces for 10% of the boots fitted.
-Coordinate with the campus POC to schedule fittings.

B. Product Warranty: Boots are warranted to be free of


defective workmanship and/or materials for 10 months.
Unconditional, no questions asked return privileges for 60 days
after the purchase of the footwear.

8. CAMPUS RESPONSIBILITIES:

77)AmeriCorps National Civilian Community Corps


(AmeriCorps*NCCC) will be responsible for identifying the
members, ensuring the people are available at the time of
fitting wearing the appropriate socks.
78)For the return shipment of any defective boot to the vendor.
3) For reimbursement for one trip per campus at the for boot
fittings.
4) When boot fitting at specific campuses are required, the
Corporation for National & Community
Service shall issue airline tickets and invitational travel
orders to the contract personnel to the
campus for the specified fittings within the BPA Call/Order.
Travel and cost shall be coordinated
with the Campus program office and shall not be included as
a line item on any BPA Call Order.

9. ORDERING PERSONNEL:

Only Contracting Officer’s within the Office of Procurement


Services for the Corporation for National &
Community Service are authorized to place orders/calls under this
BPA.

S-ar putea să vă placă și