Maryland Bids > Bid Detail

SAFETY SHOES

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159050041276457
Posted Date: Jun 23, 2023
Due Date: Jul 24, 2023
Solicitation No: 75N98023R00016
Source: https://sam.gov/opp/cba7320c81...
Follow
SAFETY SHOES
Active
Contract Opportunity
Notice ID
75N98023R00016
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH OLAO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 23, 2023 01:00 am EDT
  • Original Date Offers Due: Jul 24, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8430 - FOOTWEAR, MEN'S
  • NAICS Code:
    • 458210 - Shoe Retailers
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description



STATEMENT OF WORK



Safety Shoes



Background



The Division of Occupational Health and Safety (DOHS) developed the safety shoe program to help protect and provide NIH employees personal protective equipment (PPE) whose job may put them at risk of foot injury due to occupational hazards.





Purpose



Any National Institutes of Health employee whose job exposes him or her to a potential foot injury can obtain steel-toed safety shoes through the Safety Shoe Program upon approval of the individual's supervisor and their position. The DOHS subsidizes the cost of safety shoes. The subsidy may vary yearly and is based on the average price of shoes in the range of footwear found suitable by the DOHS to meet the needs of most employees. In most cases, the subsidy will completely cover the cost of appropriate safety shoes. Safety shoes made outside of the United States will not be available for purchase unless authorized by the Project Officer.



Work Requirements



All safety shoes provided by the Contractor should be a slip resistant steel toed or a steel toed composite according to OSHA Standards for Personal Protective Equipment (PPE) and American National Standard Institute (ANSI) approved. All services are to be carried out in accordance with federal regulations and guidelines. The Contractor will work with the PO or designee on all administrative and programmatic aspects. The Contractor shall NOT represent the NIH except as specifically directed.



Technical Requirements: The Contractor must have technical abilities to operate the following standard equipment and programs: computer, fax machine, copier and Microsoft Office suite including the following programs: Outlook, Word, PowerPoint, and Excel.



Place of Performance



NIH main campus located in Bethesda Maryland on the First and third Wednesday of the month.



National Institutes Animal Center in Poolesville, MD twice a year, Integrated Research Facilities located (IRF) in Frederick, MD and National Institutes of Environmental Health & Safety (NIEHS)-NC, Research Center (BRC)-Baltimore and Rocky Mountain Labs (RML)- Hamilton, Montana will obtain safety shoes from designated vendors from that area.



Inventory



The Contractor will have a well-stocked shoe mobile offering the following slip resistant boots/shoes:




  1. 8” boots

  2. 8” insulated boots

  3. Tree climber






  1. Brand names such as Wolverine; Hytest; Works; SRmax; Timberland, etc.



Total number of combined products are not to exceed the following:



Base year Qty 278 maximum per unit price $220



Option year 1 Qty 296 maximum per unit price $235



Option year 2 Qty 295 maximum per unit price $254



Option year 3 Qty 304 maximum per unit price $275



Option year 4 Qty 313 maximum per unit price $299



Deliverables



The Contractor will come to the NIH main campus twice a month on the first and third Wednesday of the month from 1-3:30pm. Provide all safety shoe/boots that fall within the above listed price ranges with $220 per item being the cap on shoe/boot purchased for the base year.



The Contractor shall ensure: proper space to allow two NIH employees at a time on the shoe truck to comfortable purchase safety shoes. Also, to ensure that the following equipment and footwear items below are available.



• Equipment is present and functioning



• Supplies are available



• Room is clean and presentable



• ANSI approved steel toed or steel toed composite boots



• ANSI approved Steel toed or steel toed composite shoes



• The assessment shall be included in a Monthly Activity Report.





The Contractor must also, write on the NIH 1980 shoe form the NIH ID number of each employee who purchases safety shoes.



Employees located on the off campus facilities such as Integrated Research Facility (IRF)-Frederick, Rocky Mountain Laboratory (RML) -Montana, Biomedical Research Center (BRC)-Baltimore and National Institutes of Environmental Health & Safety (NIEHS)-NC will obtain safety shoes from designated vendors from that area.





Reporting



Contractor shall provide itemized invoices for all purchases at the end of each shoe visit.




  • Contractor shall provide individual printed receipt attached to each NIH-1980 form.





Contractors will be required to submit monthly product sales report to the purchasing agent. Each report must contain the following information:






  • Contract number

  • Department address

  • Contact name and telephone number

  • Products order

  • Quantity shipped and priced charged





The Project Manager reserves the right to request additional information or to modify the reporting requirement or reporting periods.





Invoicing



Submit bi-we1.0ekly invoices to the government for all purchased items



Contract Type:



Fixed Price





Period of Performance:



12 Month Base Year, plus (4) Option Years





Technical Evaluation Criteria






  1. Technical Capability:

    1. Ability to provide a well-stocked shoe mobile on the NIH main campus at the loading dock of Bldg. 13 Platform G.

    2. Must have technical abilities to operate the following equipment and programs: Fax machine, computer, copier and Microsoft Office including the following programs: Outlook, Word, Power Point and Excel.

    3. Must provide key personnel with knowledge of products.

    4. Must provide space for at least two employees at a time on the truck.



  2. Quality Assurance:




  1. All safety shoes/boots must meet the general requirements for impact and compression resistance required be the ASTM Standard F2412-05.

  2. Provide a well-stocked shoe mobile with types of shoes needed such as 8” boots, 8” insulated boots, waterproof shoes and boots. All boots and shoes must be steel toed or steel toed composite. Also brand names such as Wolverine, Hytest, Works, SRmax, Timberland and insoles, etc.

  3. Provide itemized invoices for all purchases at the end of each visit

  4. Provide individual printed receipt attached to each NIH-1980 form.






  1. Corporate Capability:

    1. Provide a method of tracking each employee’s purchase.

    2. Provide monthly product sales report.







The following factors will be considered in reviewing the proposal.




  1. Technical Approach: The vendor/contractor should submit sufficient information with the proposal to demonstrate how they will accomplish the tasks in the Statement of Work. The criteria will be evaluated according to the soundness, practicality, and feasibility of the contractor’s technical approach for providing the services required for this contract. Unclear or elaborate explanation in the proposals is not desirable and will not be viewed favorably. (25%)






  1. Quality Assurance: The contractor will be evaluated on expertise and experience in providing the services required. (25%)






  1. Competence and Experience of Personnel: Specific knowledge on brand names and types of shoes and boots complexity and functionality (25%)






  1. Corporate Capability: Demonstrate how they will make use and submit all invoices. (25%)







Total Possible Weight: 100%



Award will be made to the offeror submitting the proposal determined to be the most advantageous to the Government. Cost will be considered secondary to technical merit in the award selection process.




Attachments/Links
Contact Information
Contracting Office Address
  • 6011 EXECUTIVE BLVD., SUITE 503L
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 23, 2023 01:00 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >