The RFP Database
New business relationships start here

Safety Footware for Uniformed Staff- FCI Berlin


New Hampshire, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

General Requirements:
The Federal Bureau of Prisons, FCI Berlin, New Hampshire is soliciting for the acquisition of
safety shoes for uniformed staff. This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart
12.6, as supplemented with additional information included in this notice. The solicitation
number is RFQP02181600006 and is issued as an request for quotation, unless otherwise
indicated herein. This acquisition is a total small business set-aside. The NAICS code for this
requirement is 316210; the small business size standard is 1,000 employees. This combined
synopsis/solicitation document incorporates clauses and provisions in effect through Federal
Acquisition Circular FAC 2005-86(c).


Description of Items:
This acquisition will require safety toe shoes for an estimated 205 uniformed staff. The price
per pair may not exceed $100.00. All safety shoe selections must meet the following testing
standards ASTM F-2412-2005 or ASTM F- 2413-2005. The required shoes must be able to
pass through metal dectectors- no metal shanks in soles (security friendly). All specifications
should be available in both women and men styles. The general shoe size range for men is
size 7 - 15 and women is size 5 - 12 with a few exceptions outside these ranges. Below are
specifications to be equal or better. Please submit your selections for each of the following
specifications:
1) 8" safety toe boot (composite), waterproof, light weight, side-zip, polishable black
leather.
1) 8" safety toe boot (composite), waterproof, light weight, side-zip, polishable black
leather.
2) 6" safety toe boot (composite), waterproof, light weight, side zip, polishable black
leather
3) oxford safety toe shoe (composite), light weight, black leather
4) oxford safety toe shoe (composite), light weight, brown leather
5) 8" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather
6) 6" safety toe boot (composite), waterproof, light weight, lace-up, polishable black leather
7) Sneaker style shoe (composite toe), waterproof, lace-up, 95% black. The other 5% can only
be a dark grey, dark blue, or white color- no other colors accepted.
8) 6" safety toe boot (steel), waterproof, lace-up or zipper side, dark brown only (facilities
department)
A full color page insert shall be included with a sample of each style required with submission of
quotes. Samples shall be required for the duration of the awarded BPA in order for staff to view
the safety shoe prior to placing the order. NOTE: The sample footware will be tested against FCI
Berlin's current entrance procedures using existing metal detectors. Contractors may provide a
sample as follows: (1) shoe or (1) pair of footware. Vendors shall provide a return packing slip
and noted contact if they want samples returned via UPS or FedEx.


Delivery Information and Schedule:
Contractor will be required to arrive with a boot mobile for (3) days from 6am to 6pm for staff to
retrieve boots; no federal holidays or weekends (see Evaluation Factors). Contractor shall
create an online ordering page with awarded footware for staff to order. Any footware ordered
must arrive within 14 days after receipt of order. Contractor will be required to accept payment
via both Government purchase card and purchase order at the sole discretion of the
Government.


Contract Clauses and Solicitation Provisions:
The full text of clauses and provisions may be accessed electronically at www.acqnet.gov/far.
The following FAR provisions are applicable to this acquisition; 52.212-1, Offeror
Representations and Certifications B Commercial Items (FEB 2012); 52.212-3, Offeror
Representations and Certifications B Commercial Items (DEC 2012); 52.252-1, Solicitation
Provisions Incorporated by Reference (FEB 1998); 52.252-3, Alterations in Solicitation
(APR 1894). The following FAR clauses are applicable to this acquisition; 52.212-4,
Contract Terms and Conditions Commercial Items (FEB 2012); 52.212-5, Contract Terms
and conditions Required to Implement Statutes or Executive Orders Commercial Items
(JAN 2013); 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3
Convict Labor (June2003); 52.222-19, Child Labor Cooperation with Authorities and
Remedies (MAR 2012); 52.222-21, Prohibition of Segregated Facilities (FEB 1999);
52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Workers with
Disabilities (OCT 2010); 52.225-1, Buy American Act-Supplies (FEB 2009); 52.232-33,
Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003);
52.252-2, Clauses Incorporated by Reference (FEB 1998); 52.218-000, Continuing contract
performance during a pandemic influenza or other national emergency (May 2008); JAR
2852.223-70, Unsafe Conditions Due to the Presence of Hazardous Material (June 1996);
52.27-103-72, DOJ Residency Requirement Bureau of Prison, (June 2004); 52.233-3,
Protest after Award (Aug 1996); 52.237-2, Protection of Government Buildings,Equipment, and Vegetation (Apr 1984); PGD 15-02- Class Deviation Related to Restrictions on use of FY14 funds. (see attachment 1A & 1B).


Evaluation Factors:
The government anticipates awarding a Blanket Purchase Agreement for requirements noted in
this solicitation. Quotations will be evaluated and award will be based on the price, quality,
delivery and overall best value to the Government. Vendors shall include in the quote all
specifications and samples. Contractors can submit multiple types of footware for each style
noted above in the price range. Contractor must be able to deliver items within 14 days after
receipt of order. The Government will make award to the responsible offeror whose offer
conforms to this solicitation. The proposed price must include all associated charges, fees and
delivery cost (FOB Destination). The Government reserves the right to issue additional BPA's
in the future. All Purchase Orders will remain in effect until cancelled by the Contracting Officer.
*****Special consideration will be given to vendors that can offer an onsite boot truck
during different shifts to meet staff needs and online ordering. Note: FCI Berlin staff
receive (1) pair every 9 months; newly hired staff (2) pair first 9 months. On-site
boot truck timeframe is each spring and fall: April-May and November.*****


Submission of Quotations:
Vendors will be required to submit the following information on company letterhead or business
stationary directly to the contracting officer:
1) The combined synopsis / solicitation.
2) Schedule of items with pricing on the attached Quote Sheets
3) Contractor Dunn & Bradstreet Number (DUNS) and Tax Identification Number (TIN)
4) Completed Business Management Questionnaire
5) Samples and Specifications of safety shoes

Offers are due no later than February 29, 2016 at 1:00 PM, Eastern Standard Time.
Offers received after this date may not be considered for award. Facsimiles will not be
accepted. Anticipated date of award is on or about March 7, 2016.

Express mail to: Federal Bureau of Prisons, FCI Berlin, Attn: Kelvin Jackson, 1 Success
Loop Road, Berlin, NH 03570. Phone contact: 603-342-4024.
***DO NOT SEND QUOTES OR SAMPLES TO ANY PO BOX.***

**Preferred method of delivery: Send quotes to kjackson2@bop.gov. Samples shall arrive to address above no later than closing date.**


 Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons is required per 52.212-3 to complete their representations and certifications via the on-line Representations and Certifications Applications (ORCA) and must be registered in the Central Contractor Registry (CCR) database at www.sam.gov.
Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written offer which will be considered for award.
The Government reserves the right to decide how payment will be made using either Electronic Funds Transfer (EFT) or Government Purchase Card.
This solicitation is distributed solely through the General Services Administration, Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a Total Small Business Set-Aside.


Kelvin D. Jackson, Supervisory Contract Specalist, Phone 6033424128, Email kjackson2@bop.gov - Andre J. Bouchard, Contract Specialist, Phone 6033424057, Email abouchard@bop.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP