Please be advised, a corrected Combine Synopsis pdf has been uploaded to reflect a due date of March 28, 2025, as shown on the SF1449.
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Part 13 Simplified Acquisition Procedures. Please be advised that this BPA is currently under
This notice incorporates the provisions and clauses in effect under 15B30125Q00000012 are:
FAR - https://ecfr.federalregister.gov/current/title-48/chapter-1
JARS - https://www.acquisition.gov/jar
This Request for Quotation (RFQ) is being issued to establish a Firm Fixed Priced (FFP) Blanket Purchase Agreement (BPA) for Safety Shoes. The Government intends to award two Blanket Purchase Agreements as a result of this RFQ.
This solicitation is estimated to be over the micro-purchase threshold but under the Simplified Acquisition Threshold, therefore, it will be solicited as a total small business set-aside, per FAR 19.502-2. The Product Service Code (PSC) for this acquisition is 8430 (Footwear, Men’s) and the North American Industry Classification System (NAICS) code is 316210 (Footwear Manufacturing) with a size standard of 1,000 employees.
1. Description of Agreement. This is a Blanket Purchase Agreement (BPA) for the purchase of men and women footwear for an estimated 144 employees. The product selection must include requirement of the Bureau of Prison policy and either safety standard: ASTM- F2413-18 Safety Standards American Society of Testing Material (ASTM) F2414-05 or F2413-05. At a minimum, one shoe shall be stamped, stitched or have a sewn-in label on the inside of the footwear indicating compliance with ASTM standards. This includes composite toe footwear, in colors of black, brown, or tan, only. The selection of product must also include slip resistant, oil resistance, waterproof, and electrical hazard footwear. Absolutely no accessories will be placed under this BPA. The awarded vendor may have mobile boot truck capabilities and or be able to provide online ordering solutions that will afford FCI Atlanta eligible staff to access quality safety footwear. Products selection must be available at or below this subsidy amount established in paragraph 4. Delivery shall be FOB. Safety Shoe Footwear is for PSC’s 8430 and 8435, for which the vendor will provide via boot truck and or delivery to FCI ATL when an order is placed by an eligible staff. A current list of items covered under this BPA is covered in Attachment 1- Statement of Work.
2. Extent of obligation. The government is obligated only to the extent of authorized purchases actually made under the BPA. The government is not obligated to place any orders with the vendor under this BPA.
3. Pricing. The prices to the government shall be the best offer to the government, considering quantities and discounts offered.
4. Purchases / Purchase Limitation. The government has established a subsidy, in the amount of $160.00 per eligible employee who has been established under FCI ATL 9-month rotation for safety shoes. No orders shall exceed the government subsidy of $160.00 unless otherwise established. The ceiling price for the total purchase amount for this iteration of boots must not exceed $30,000.00. Orders will only be set for safety footwear. Absolutely no accessories will be placed under this BPA.
5. Period of Performance. The performance period will satisfy at a minimum of 60 days. Funds are currently unavailable; therefore, we are buffering a 60-day period to adjust and coordinate appropriately, per the effective date of the contract. The tentative schedule for making purchases will be from 01 April 2025 - 30 May 2025 or by reaching the not-to-exceed limit (NTE) or the Simplified Acquisition (SAT). In the event of a delay of funds we will exercise the full 60 days period.
6. Individuals authorized to purchase under the BPA. A list of eligible FCI ATL staff will be provided to the vendor for both mobile boot truck and/or online ordering solution. A POC will also be listed to confirm each listed member. Each listed member must have BOP identification or be identifiable by the POC of the Correctional Service program. Staff must be able to acknowledge receipt of product by handwritten signature or confirmation of order via electronic signature/acknowledgment.
7. Delivery / Delivery Tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:
i) Name of supplier.
ii) BPA number.
iii) Date of purchase.
iv) Purchase number.
v) Itemized list of supplies furnished.
vi) Quantity, unit price, and extension of each item less applicable discounts.
vii) Employee’s name, badge number, size, style, and price of shoe purchased.
8. Delivery Location. All deliveries will be designated to the address below.
FCI ATL
Attention Captain Secretary/ Correctional Services
601 McDonough Blvd
Atlanta, Georgia 30315:
Travar Washington
Phone: 404-635-5100.
9. Boot Truck: The mobile boot truck is to be coordinated between the vendor and FCI ATL Correctional Service POC Travar Washing, within the performance period. The vendor is responsible for supplying safety footwear as established in paragraph 1. Any supplies outside of the provided description will not be in compliant with this BPA and ineligible for a staff member to receive under the government subsidy and shall not be invoiced. The location to distribute product will be at the Training Center, which is located at the address listed in paragraph 8. Times and dates will be coordinated between the Vendor and FCI ATL.
10. Payment. Payment will be made by the Business Office based on a consolidated invoice that correlates with the Call order, which will be issued on a SF-1449. Payments may also be established via Government Purchase Credit Card, from an authorized user designated by the Captain or Business Administration.
11. Invoices. A listing of all safety footwear issued shall be compiled by the contractor along with receipts signed by the employee receiving the shoes and or delivered to FCI ATL. These lists must contain the employee’s name, special identifier number (if applicable), size, style and price of the shoe issued/bought. The total dollar value and number of pairs of all shoes issued/bought during the visit must be included on the delivery receipt. A summary invoice shall be submitted the day of purchase and any relative supporting documentation. Only authorized FCI ATL employees with listed will be eligible to receive Safety Shoes. List may change depending on change in need.
Mark Contract Number on all Correspondence: Contractor must mark the contract or call order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense.
Proof Delivery: Acceptable Proof of Delivery documents include: Shipping Documentation; Materials Inspection and Receiving Report, Bill of Lading, Packing List, Tracking/Delivery Confirmation or Invoice. To ensure prompt payment to your company, the Proof of Deliveries must include the following:
• CONTRACT NUMBER or ORIGINAL DOCUMENT NUMBER
• DELIVERY ORDER NUMBER (as applicable)
• CLIN /MATERIAL NUMBER
• SPECIFIC QUANTITY SHIPPED IN REFERENCE TO QUANTITY ORDERED
• PRINTED NAME AND WRITTEN SIGNATURE OF A GOVERNMENT EMPLOYEE
Organizational Conflict of Interest: The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to FCI ATL on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any Performance Work Statement or specification unless directed to do so in writing by the Contracting Officer.
If the contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited.
In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information.
Please contact A. Hunt, Contract Specialist, for all questions pertaining to this RFQ at 404-635-5100 Ext.1628 or Email: A1xhunt@bop.gov. (E-mail Preferred). Contact T. Washington, Captain Secretary, regarding shipping and deliveries, via email at twashington1@bop.gov.