15
-- - GOV E RNM ENT OF TH E DI STRI CT OF C OLUMBIA , 1. REQIJ I SITION NUW.flER I PAGE TASK ORDER/DELIVERY ORDER FOR SERVICES 1 of 16 OffEROR TO COMPLETE BLOCKS ta It 29 RKt08205 ,,.. . •. CONTRACT NUM6ER 5. 50!.I CITATI ON NUMBER 6. SOLICI TATI ON I SSUE OAl'E 16·217-ITB-I See JOC below CW66940 Doc417598 12-18-2018 T." FoR sOLiciTA TIONiNFORMATJON A. NMll' 8. 'TELEP HONE (>.io co1.1rn <..ui. 1 CONTACT: Warren C. Washington Emai! : Contract Specialist I war r en .washi ngton@dc. gov 202- 673 -2095 12-20-2018 9. liSUEO 8Y 10. THI S A CQUISI TION IS 11. OEuVERY FOR F 06 I IZ. PAYMENT OISCO\JNT TERMs - DESTINATION UNLESS OFFICE OF CONTRACTING AND PROCURE MENT 0 UNRE STRICTEO BLOCK IS MARKEO Net 30 days 0 SET ASIDE 1 00 lfOR 0 N/ A 441 4 th St reet, NW, Suite 7005 0 SMAU. B USINESS U 13. RES ERVED 0 SMALL DI SAOV. eus . Washi ngton, DC 20001 0 GSA 0 DCSS 14 . Mf: I HOD OF s6u rn A TI ON Cooperat ive Aifttment 181 RFTOP 0 lfB 0 RFP ' 0 2-STEP 5. CONTRACTOR 1 OFFEROR 16 . PAYME NT Will BE w.oC sv Maryland Fire Equipment Corporation r 12284 Wilki ns Avenue The Cont rac tor sha ll create and submi t payme nt reques t in an Rockville, MD 20852 el ec tron ic format t hro ugh the DC Vendor Por tal , 301-881-2713 https: / /ven dorPOrt a l. dc .gov 15A DUNS CODE 158 TAX ID NO. 17 :-iitUv-EK TO 18. ADMJNISTEJiED 8: DELIVERY ATTN: DC FEMS OFFICE OF CON TRACTING AND PROCUREMENT 3170 V STREETNE 441 4 lh Street , NW, Suite 7005 WASHINGTON, DC 200 18 Was hi ngton_, DC 20001 ATTN: CHARITY KEYS 18A. Clt£CK If REAUTTANCE IS D lfffRfNT AND PUT SUCH ADDRESS IN OFFER 186. SU8Mlf l"VOICtS 10 AOORt5S SHOWN IN BLOCK 16 0 6l0CK 6ELOW IS CHECKED 0 SEE ADDENDUM 19 w 21 22 I Z3 Z4 15'1 NO, SC0 Ul.f OF SUPPLIES / SERVI CES QUANTITY UNI T UNIT PRICE AMOUNT ·- l 1 IOt-- I $1 45 ,924 .80 $14 5,924 .80 See A tt achm ent A- SOW i See Attac hment B - Price Schedul e I I I -- ZS . ACCOUNTI NG ANO APPR OPRI ATI ON DAT A 2b. TOT Al AWARO iTC'! covr. U'ol CJ.."".. Vt ENCUMBRANCE CODE: s 145.924.80 --- ·- - Z7. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT ANO RETURN ONE COPY TO THE 28. nlE FOLLOWING DOCUMENT$ ARE INCORPORATED BY REFERENCE I NTO ISSUING OFFKf. C ONTRACTOR AGREES TO FURNISH AND OELIV£R ALL ITEMS SET FOR TH OR THIS TASK ORDER IN THE fOLLOl'llNG PRIORITY: (1) SEE SE CTION A. OTHERWISE I DENTI FI ED A SOVE ANO ON /lHf AOOITI ONAL PAGES SUBJ ECT TO THE TERMS ANO CONDITIONS SPECIFI ED HEREI N. THIS ORO(R IS ISSUED SUBJECT TO THf. TER MS ANO CONOITJONS OF THE CONTRACT IDENTIFIEO IN BL OCK <. JOA. OISHICT OF COLUMBIA (SIGNATURE OF CONTRACnNG - vi JJ"\ 290 . NMll' A NO TITLE Of SIGNiR(m o;;;;;;.;;) l06. N """' Of C ONTRACTI NG ) 0( DA TE SIGNED OFFK.ER m•e. R. Scott Colvin, Y-ice Pmldent 12019 If '1/11 Tyranny Hunt er Contracting Officer

OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

-- -GOVERNM ENT OF THE DISTRICT OF COLUMBIA , 1. REQIJISITION NUW.flER I PAGE TASK ORDER/DELIVERY ORDER FOR SERVICES 1 of 16 OffEROR TO COMPLETE BLOCKS ta It 29 RKt08205 '· ,~,~-~-, ~1 ·· '-•""''""'~ ,,... • . CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E

16·217-ITB-I See JOC below CW66940 Doc417598 12-18-2018

T." FoR sOLiciTA TIONiNFORMATJON A. NMll' 8. 'TELEPHONE (>.io co1.1rn <..ui.1 CONTACT: Warren C. Washington Emai! :

Contract Specialist I [email protected] 202-673-2095 12-20-2018 9. liSUEO 8Y 10. THIS ACQUISITION IS 11. OEuVERY FOR F06 I IZ. PAYMENT OISCO\JNT TERMs-

DESTINATION UNLESS

OFFICE OF CONTRACTING AND PROCUREMENT 0 UNRESTRICTEO BLOCK IS MARKEO Net 30 days 0 SET ASIDE 100 lfOR 0 N/ A

441 4 th Street, NW, Suite 7005 0 SMAU. BUSINESS U 13. RESERVED 0 SMALL DISAOV. eus. Washington, DC 20001 0 GSA

0 DCSS 14 . Mf: I HOD OF s6u rn A TION ~ Cooperative Aifttment

181 RFTOP 0 lfB 0 RFP

' 0 2-STEP 5. CONTRACTOR 1 OFFEROR 16. PAYME NT Will BE w.oCsv Maryland Fire Equipment Corporation r 12284 Wilkins Avenue The Contractor shall create and submit payment request in an Rockville, MD 20852 electronic format through the DC Vendor Portal , 301-881-2713 https: / /vendorPOrtal.dc.gov

15A DU NS CODE 158 TAX ID NO. 1 7:-iitUv-EK TO 18. ADMJNISTEJiED 8:

DELIVERY ATTN: DC FEMS OFFICE OF CONTRACTING AND PROCUREMENT 3170 V STREETNE 441 4 lh Street , NW, Suite 7005

WASHINGTON, DC 20018 Washington_, DC 20001

ATTN: CHAR IT Y KEYS 18A. Clt£CK If REAUTTANCE IS DlfffRfNT AND PUT SUCH ADDRESS IN OFFER 186. SU8Mlf l"VOICtS 10 AOORt5S SHOWN IN BLOCK 16 UNLE~S 0 6l0CK 6ELOW IS CHECKED

0 SEE ADDENDUM

19 w 21 22 I Z3 Z4 15'1 NO, SCH£0Ul.f OF SUPPLIES/ SERVICES QUANTITY UNI T UNIT PRICE AMOUNT

·-l 1 IOt--I $ 145 ,924 .80 $145,924 .80

See Attachment A- SOW i See Attachment B - Price Schedule I

I I --ZS . ACCOUNTING ANO APPROPRIATION DAT A 2b. TOT Al AWARO iTC'! covr. U'ol CJ.."".. Vt

ENCUMBRANCE CODE: s 145.924.80

--- ·- -Z7. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT ANO RETURN ONE COPY TO THE 28. nlE FOLLOWING DOCUMENT$ ARE INCORPORATED BY REFERENCE INTO ISSUING OFFKf. CONTRACTOR AGREES TO FURNISH AND OELIV£R ALL ITEMS SET FORTH OR THIS TASK ORDER IN THE fOLLOl'llNG PRIORITY: (1) SEE SECTION A. OTHERWISE IDENTIFIED ASOVE ANO ON /lHf AOOITIONAL PAGES SUBJECT TO THE TERMS ANO CONDITIONS SPECIFIED HEREIN. THIS ORO(R IS ISSUED SUBJECT TO THf. TERMS ANO CONOITJONS OF THE CONTRACT IDENTIFIEO IN BLOCK <.

"'}2J";~ , JOA. OISHICT OF COLUMBIA (SIGNATURE OF CONTRACnNG OFFJC~ -

vi JJ"\ Q~ 290 . NMll' ANO TITLE Of SIGNiR(m o;;;;;;.;;)

l'd.m•~ l 06. N"""' Of CONTRACTING ) 0( DA TE SIGNED OFFK.ER m •e. ~ P~Ti

R. Scott Colvin, Y-ice Pmldent 12019

If '1/11 Tyranny Hunter Contracting Officer

Page 2: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

TO:

GOVERNMENT OF THE DISTRICT OF COLUMBIA Office of Contracting and Procurement

* * * -REQUEST FORT ASK ORDER PROPOSAL

Maryland Fire Equipment Corporation Contract No. 16-217-ITB-1 Holders

Solicitation No.: Doc417598

Caption: Structural Firefighting and Proximity Firefighting Boots

Issuance Date: December 18, 2018

Due Date: December 20, 2018

The District of Columbia Office of Contracting and Procurement, on behalf of The

District of Columbia Fire and Emergency Medical Services Department (DCFEMS),

Risk Management Division is seeking a vendor that can provide Structural Firefighting

and Proximity Firefighting Personal Protective Equipment (turnout pants, turnout coats,)

for purchase. The purchase of each portion of the Structural Firefighting and Proximi

Firefighting Personal Protective Equipment shall be in accordance with NFPA 1971

Standard on Protective Ensembles for Structural Fire Fighting and Proximity Fire

Fighting 2013 Edition.

A Purchase Order (PO) is required to provide services.

The task order proposal should be prepared according to the instructions listed below:

SECTION 1

PROPOSAL SUBMISSION

1.1 Proposal Submission Requirements

The task order proposal shall be submitted as "Task Order Proposal in response to Solicitation No. Doc417598 "Structural Firefighting and Proximity Firefighting Boots"

The proposal shall, at minimum, include:

2

Page 3: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

a. Technical Proposal in accordance with Attachment A; and b. Completed Price Schedule (See Section 1.6 Below); Coop

1.2. Task of Solicitation

Proposal should be submitted through the District's online solicitation database.

The subject heading should read as follows:

"Task Order Proposal No. Doc417598 "Structural Firefighting Proximity Firefighting Boots"

1.3 Proposal Submission Date

The closing date for receipt of proposals is 5:00 P.M. Thursday, December 20, 2018.

1.4 Evaluation for Award

(a) In order to be considered technically acceptable proposals must meet the following minimum requirements.

1. Must provide completed price schedule and technical proposal.

1.5 PRICE SCHEDULE

1.5.1 BASE TERM (Date of Award- September 30, 2019)

Contract Task

Line Order

Description Quantity Total Price Item No.

0001 TOI DC FEMS Structural Turnout Coats 404

GRAND TOTAL $145,924.80

SECTION 2

STATEMENT OF WORK

Contractor shall perform the tasks ordered under this Task Order according to the District of Columbia Fire and Emergency Medical Services (FEMS) Statement of Work (Attachment A).

SECTION 3

3.1 TERM OF SYSTEM PURCHASE AGREEMENT

The term of the contract shall be for a period of one ( 1) year from date of award.

3.2 OPTION TO EXTEND THE TERM OF THE CONTRACT

NIA

3

$145,924.80

Page 4: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTION 4

DELIVERABLES

The Contractor shall perform the activities required to successfully complete the District's requirements and submit each deliverable to the CA identified in section 8 in accordance with the delivery dates listed in Attachment A to be adjusted by the District after task order agreement award, if necessary.

SECTION 5

INVOICE PAYMENT

5.1 The District will make payments to the Contractor, upon the submission of proper invoices, at the prices stipulated in this task order agreement, for supplies delivered and accepted or services performed and accepted, less any discounts, allowances or adjustments provided for in this task order agreement.

5.2 The District will pay the Contractor on or before the 301h day after receiving a proper

invoice from the Contractor.

SECTION 6

INVOICE SUBMITTAL

6.1 The Contractor shall submit proper invoices based on a delivery schedule specified in Section F.3. Invoices shall be prepared in duplicate and submitted to the agency Chief Financial Officer (CFO) with concurrent copies to the Contracting Administrator (CA) specified in Section 8.1 below. The address of the CFO is:

The Contractor shall create and submit payment requests in an electronic format through the DC Vendor Portal , https: //vendorportal.dc.gov

6.1.2 The Contractor shall submit proper invoices on a monthly basis or as otherwise specified in Section 6

6.1.3 To constitute a proper invoice, the Contractor shall enter all required information into the Portal after selecting the applicable purchase order number which is listed on the Contractor's profile.

6.2 To constitute a proper invoice, the Contractor shall submit the following information on the mv01ce:

6.2.1 Contractor's name, Federal tax ID and invoice date (Contractors shall date invoices on the date of mailing or transmittal);

6.2.2 Task order agreement number and invoice number;

6.2.3 Description, price, quantity and the date(s) that the supplies or services were delivered or performed.

6.2.4 Other supporting documentation or information, as required by the Contracting Officer;

4

Page 5: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

6.2.5 Name, title, telephone number and complete mailing address of the responsible official to whom payment is to be sent;

6.2.6 Name, title, phone number of person preparing the invoice;

6.2.7 Name, title, phone number and mailing address of person to be notified in the event of a defective invoice; and

6.2.8 Authorized signature.

SECTION 7

7.1 CONTRACTING OFFICER (CO)

This System Purchase Agreement may be entered into and signed on behalf of the District only by contracting officers. The name, address and telephone number of the Contracting Officer is :

Tyranny Hunter Supervisory Contracting Officer Office of Contracting and Procurement 2000 141

h Street, NW 5th Floor Washington, D.C. 20009 [email protected] 202-698-1913

7.2 AUTHORIZED CHANGES BY THE CONTRACTING OFFICER

7.2.1 The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract.

7.2.2 The Contractor shall not comply with any order, directive or request that changes or modifies the requirements of this task order agreement, unless issued in writing and signed by the Contracting Officer.

7.2.3 In the event the Contractor effects any change at the instruction or request of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the task order agreement price to cover any cost increase incurred as a result thereof.

5

Page 6: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTION 8

CONTRACTS ADMINISTRATOR (CA)

8.1 The CA is responsible for general administration of the task order agreement and advising the CO as to the Contractor's compliance or noncompliance with the task order agreement. The CA has the responsibility of ensuring the work conforms to the requirements of the task order agreement and such other responsibilities and authorities as may be specified in the task order agreement. These include:

8.1.1 Keeping the CO fully informed of any technical or contractual difficulties encountered during the performance period and advising the CO of any potential problem areas under the task order agreement;

8.1.2 Coordinating site entry for Contractor personnel, if applicable;

8.1.3 Reviewing invoices for completed work and recommending approval by the CO if the Contractor's costs are consistent with the negotiated amounts and progress is satisfactory and commensurate with the rate of expenditure;

8.1.4 Reviewing and approving invoices for deliverables to ensure receipt of goods and services. This includes the timely processing of invoices and vouchers in accordance with the District's payment provisions; and

8.1.5 Maintaining a file that includes all task order agreement correspondence, modifications, records of inspections (site, data, equipment) and invoice or vouchers.

8.2 The address and telephone number of the CA is:

Charity Keys D.C. Fire and EMS Department 3170 V Street NE Washington D.C. , 20018 (202) 673-4408 [email protected]

8.3 The CA shall NOT have the authority to:

1. Award, agree to, or sign any contract, delivery order or task order. Only the CO shall make contractual agreements, commitments or modifications;

2. Grant deviations from or waive any of the terms and conditions of the task order agreement;

3. Increase the dollar limit of the task order agreement or authorize work beyond the dollar limit of the task order agreement,

4. Authorize the expenditure of funds by the Contractor; 5. Change the period of performance; or 6. Authorize the use of District property, except as specified under the task order

agreement.

8.4 The Contractor will be fully responsible for any changes not authorized in advance, in writing, by the CO; may be denied compensation or other relief for any additional work performed that is not so authorized; and may also be required, at no additional cost to the District, to take all corrective action necessitated by reason of the unauthorized changes.

6

Page 7: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTION9

CONTRACTS THAT CROSS FISCAL YEARS

Continuation of this task order agreement beyond the current fiscal year is contingent upon future fiscal appropriations.

SECTION 10

NIA

SECTION 11

ATTACHMENTS

11.1 District of Columbia Structural Firefighting and Proximity Firefighting PPE Statement of Work (Attachment A)

7

Page 8: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

Doc392817: Attachment A

C.1 SCOPE

SPECIFICATIONS STATEMENT OF WORK

The District of Columbia Fire and Emergency Medical Services Department, Risk Management Division is seeking a vendor that can provide Structural Firefighting and Proximity Firefighting Personal Protective Equipment (boots) for purchase. This purchase of each portion of the Structural Firefighting and Proximity Firefighting Personal Protective shall be in accordance with NFPA 19 71 Standard on Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting 2013 Edition.

C.2 APPLICABLE DOCUMENTS

Table C.2: Ite

0001

0001

Document Type

National Fire Protection Association

National Fire Protection Association

C.3 DEFINITIONS

itle

NFPA 1971 Standard on Protective Ensembles for Structural Fire Fighting and

NFPA 1971 Standard on Protective Ensembles for Structural Fire Fighting and

Date

2013

2013

C.3.1 Structural Firefighting and Proximity Firefighting Personal Protective Equipment -Multiple elements of compliant protective clothing and equipment that when worn together provide protection from some risks, but not all risks, of emergency incident operations. National Fire Protection Agency 1971; 2013 Edition, Chapter 3 -Definitions

C.4 BACKGROUND

The District of Columbia Fire and Emergency Medical Services Department is the District G ovemments Fire Life and Safety Hazardous agency. DCFEMS 's mission is to ensure that our members are protected in any Immediate Danger to Life or Health (IDLH) situation. This purchase is in alignment with NFPA 1971 ; 2013 Edition standards. FEMS has a compelling need to obtain NFPA compliant Globe Boots for the Department's firefighters. All boots shall be tested to ensure compliance with the established specifications. The current standards have minimized the severity of bums and injuries sustained by firefighters in the line of duty; therefore, any deviation from the established standards is not acceptable.

8

Page 9: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

C.5 REQUIREMENTS

DCFEMS is seeking a vendor to supply Structural Firefighting and Proximity Firefighting Personal Protective Equipment (Boots). The qualified personnel will be required to perform the following:

C.5.1 All boots shall be manufactured in the United States of America

C.5.2 All boots shall have a manufacturer's guarantee in writing, that the Garment is fullyNFPA 1971 (2007 Edition) and NFPA 1992 (2012 Edition)

compliant and UL Classified

C.5.3 Technical Specifications

The Technical Specifications detail the design and the materials necessary to afford the protection, against adverse effects during firefighting. The Contractor shall ensure that all product items are constructed in accordance with the following specifications.

C.5.3.1 14" Pull-On Globe Boots

C.5.3.2 Slip Resistance

Boots must exceed the minimum test values for slip resistance of left and right foot as detailed below to provide superior performance in dry, wet, and frosted rough ice conditions. Boots that do not exceed these minimums in all conditions will not be acceptable. Bidders must promptly supply a Technical Services Report from a recognized independent testing laboratory upon request showing that the boots bid meet this requirement.

C.5.3.3 Flexibility

Boots must reach the Maximum Flex Angle of 50 degrees without exceeding the critical bending moment with a resulting stiffness Index not to exceed 10.0 as detailed below to provide maximum flexibility. Boots that do not meet this requirement will not be acceptable. Bidders must promptly supply a Technical Services Report from a recognized independent testing laboratory upon request showing that the boots bid

meet this requirement.

C.5.3.4 FireStorm Leather

Heavy-duty, flame-resistant and waterproof full-grain cattle hide leather measuring 2.0 - 2.2 mm of thickness for durable tear and puncture resistance. Tumbled full-grain cattle hide leather in collar and flex areas for mobility. Leather is chrome tanned to withstand high temperature with minimal shrinkage, re-tanned to impart water resistance and low water absorption, and finished to retain maximum breathability. Leather meets or exceeds the following physical tests:

C.5.3.5 Bootie-Shield Liner

9

Page 10: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

A protective bootie-shield of 65% NOMEX®, 35% KEVLAR® fiber stitch-bonded non-woven batting weighing 4.0 oz/yd2 shall be positioned between the leather shell and the CROSSTECH® moisture barrier bootie to provide abrasion and cut resistance

and additional thermal protection. Boots that do not have an additional protective bootie shield between the leather shell and the CROSSTECH® moisture barrier bootie will not be acceptable.

C.5.3.6 CROSSTECH® Footwear Fabric

A full -height bootie liner made from a package of Cambrelle®, 300g insulation, and CROSSTECH® moisture barrier to provide protection unmatched by any other waterproof, breathable barrier and as defined by the specified NFP A standards.

C.5.3.7 Athletic Footwear (Cement) Construction

Contoured outsoles are bonded to the bottom and sides of the upper using a 2-part cross- linking adhesive that forms a bond stronger than the materials it attaches. This attachment process is far more flexible than welted construction. Goodyear welt or direct attach construction methods will not be acceptable.

C.5.3.8 VIBRAM® Synthetic Rubber Contoured Cup Outsole

Molded synthetic rubber outsole wraps onto the upper for athletic shoe performance. Flame, abrasion, oil, acid, and slip resistant compound engineered for high-traction, cold-weather resistance, and durability. Siping lines cut into flat areas open up when flexed to provide additional traction on water and ice. Self-cleaning lugs and omni­direction tread pattern designed for superior performance in all terrains and when working on ladders

C.5.3.9 LENZI® Puncture Protection

High performance penetration protection made from multiple layers of HT ceramic fabric (PEOX blended with silicates Metal plates will not be acceptable.

C.5.3.10 3D Composite Lasting Board

Boot uppers shall be lasted to a molded and contoured dual-density lasting board with a built-in flex zone in the forefoot and a torsionally stable heel.

C.5.3.11 Leather Pull-Straps

Leather pull-straps shall be securely attached to the leather uppers with box and cross stitching to keep them on for good. Pull strength must be a minimum of 120 LBS when tested with a single handle.

C.5.3.12 Resoling Service

Boots must be able to be re-soled at the factory with new outsoles as needed.

C.5.3.13 Stock Sizes

Boots must be available in Men's 5 - 12.5 (full and half sizes), 13 - 17 (full sizes only) 10

Page 11: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

in Medium, Wide, and X-Wide widths. Boots must also be available in a Wide Calf model in the same size range that will provide an additional 3 inches in circumference at the calf to fit those with larger calves. Boots must be available in Women's 5 - IO (full and half sizes) in Medium, Wide, and X-Wide widths.

C.6 DELIVERY INSTRUCTIONS

C.6.1 Contact Person: Charity Keys

C.6.2 Deliverables will be delivered to the following address: DC FEMS Logistics Division 3170 V Street N.E. Washington, DC 20018

C.6.3 The vendor shall deliver the following goods within 30 days from the date that the contract is awarded.

11

Page 12: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

Doc417598 Attachment B

SIZE Medium Wide Extra Wide TOTALS

5 8 8 8 24

5.5 8 8 8 24

6 8 8 8 24

6.5 8 0 8 16

7 4 4 4 12

7.5 4 4 8 16

8 8 8 8 24

8.5 0 8 8 16

9 8 8 4 20

10 8 8 8 24

10.5 8 8 8 24

11 8 8 8 24

11.5 8 8 8 24

12 8 8 8 24

12.5 8 8 8 24

13 0 0 0 0

13.5 8 8 4 20

14 0 8 8 16

14.5 8 8 8 24

15 8 8 8 24

TOTAL 404

12

Page 13: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTIOND: PACKAGING AND MARKING

D.1 The packaging and marking requirements for this contract shall be governed by clause number (2), Shipping Instructions-Consignment, of the Government of the District of Columbia's Standard Contract Provisions for use with Supplies and Services Contracts, dated July 2010. (Attachment J.1)

13

Page 14: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTION E: INSPECTION AND ACCEPTANCE

E.1 The inspection and acceptance requirements for this contract shall be governed by clause number five (5) Inspection of Supplies of the Government of the District of Columbia's Standard Contract Provisions for use with Supplies and Services Contracts, dated July 2010. (Attachment J.1)

14

Page 15: OffEROR '· TO COMPLETE BLOCKS ,, Iapp.ocp.dc.gov/Award_attachments/CW66940-Base Period...CONTRACT NUM6ER 5. 50!.ICITATION NUMBER 6. SOLICITATION ISSUE OAl'E 16·217-ITB-I See JOC

SECTION F: PERIOD OF PERFORMANCE AND DELIVERABLES

F.1 TERM OF CONTRACT

The term of the contract shall be a period of one year from the date of award.

F.2 OPTION TO EXTEND THE TERM OF THE CONTRACT

NIA

F.2.1 The total duration of this contract, including the exercise of any options under this clause, shall not exceed one year.

F.3 DELIVERABLES

The Contractor shall perform the activities required to successfully complete the District's requirements and submit each deliverable to the Contract Administrator (CA) identified in section C.6 in accordance with the following:

CLIN

1

Deliverable

DC FEMS Structural Firefighting Boots

F.3. 1 W ARRANITY

Quantity Format/Method of Due Date Delivery

404 Parcel, freight or in 30 days from person delivery contract award

F.3.2 A limited lifetime warranty shall be provided. The Warranty shall cover defects in workmanship and materials for the useful life of these products when used by appropriately trained personnel following acceptable firefighting procedures and when the products warning, use, and care instructions are followed

F.3.3 The manufacturer's warranty obligations shall be limited to their options of and must be mutually agreed by the Fire and EMS Department to :

F.3.4 Repair or replace the product without charge

F.3.5 Granting a credit to be applied towards the purchase of equal or better garment in the amount equal to the original purchase price or prorated over the useful life of the product.

F.3.6 Refund the original purchase price.

F.3.7 A copy of the warranty shall be provided.

16