RFP-RM-2013-03

Athletic Shoes RFP Synopsis

AWARD RECOMMENDATION FOR MEDICALLY REQUIRED ATHLETIC SHOES

  1. General Information

The purpose of this RFP is to establish a Contract for Athletic Shoes to the State - MDOC facilities, on a statewide basis. Athletic Shoes are issued for prisoners who have a medically necessary diagnosis and approval of MDOC Bureau of Health Care Services.

  1. Bidders

The RFP was posted on Bid4Michigan on March 26, 2013. A total of five (5) bidders responded by the due date of April 22, 2013.

  • Goaltex Corp.
  • Gold Water Industries, Inc.
  • Walkenhorst’s
  • Shoe Corp. of Birmingham, Inc.
  • National Dry Goods
  • Bob Barker Co.
  1. Evaluation Process

The bids were evaluated by the RFP issuer; Renard Marshall. Technical Consultants were MDOC-Health Care, Inspector and Fiscal Management staff.

  1. Evaluation Criteria

The following chart represents the scoring of the particular factors:

Weight
1. / Statement of Work (Article 1) / 75
2. / Company Information/Capabilities (Section 4.1) / 15
3. / Prior Experience (Section 4.1.9) / 10
TOTAL / 100

3.4.3Technical and Price Evaluation

(a) Proposals receiving a score of (80) points or more will be considered for award.

(b) Price proposals will only be evaluated from those Bidders that the State considers for award in accordance with subsection (a). Evaluation of price proposals includes consideration of a qualified disabled veteran preference. MCL 18.1261 establishes a preference of up to 10% for businesses owned by qualified disabled veterans that are considered for award in accordance with subsection (a).

3.4.4Award Recommendation

The award recommendation will be made for the Bidder that: (a) is considered for award in accordance with Section 3.4.3(a), Technical and Price Evaluation; (b) has its price proposal evaluated under Section 3.4.3(b), Technical and Price Evaluation; and (c) in the State's determination, offers the best value to the State.

3.4.5Reservations

The State reserves the right to:

(a) consider total cost of ownership in the final award recommendation (i.e. transition costs, training costs, etc.);

(b) award by item or part of an item;

(c) reject any proposals in whole or in part;

(d) award multiple, optional-use contracts. The State may evaluate offers based on advantages and disadvantages that may result from making more than one award;

(e) consider overall economic impact. This includes considering principal place of performance, number of Michigan citizens employed or potentially employed, money paid to Michigan residents, Michigan capital investments, etc;

(f) award to another Bidder if the recommended Bidderdoes not accept the award;

(g) give a preference for products manufactured or services offered by Michigan-based firms if all other things are equal and if consistent with federal statutes. (MCL 18.1261);

(h) disqualify any bid based on the failure to complete the Certifications and Representations in the Bid4Michigan registration; and

(i) disqualify any bid based on the information provided in the Certifications and Representations in the Bid4Michigan registration.

3.4.6Award Decision

Award recommendation will be made to the Chief Procurement Officer, MDOC-Procurement.

  1. Additional Requirements

1.2.2Deliverable(s)

  1. Bidders must provide a sample of the product submitted for bidding for evaluation purposes.
  2. The sample will be given a visual inspection for meeting the technical specifications listed above
  3. The sole will be tested for Non-Marking.
  1. Evaluation Matrix
  1. Goaltex Corp.

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 60
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 10
Total Points / 100 / 85

Statement of Work (Article 1)

The bidder is able to provide all required products, reports and training necessary for completion of this contract. Lead time for orders is consistent with industry standards. The bidder did not have a delivery schedule that provides a five (5) day delivery or quick delivery options.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder has been in business for 19 years. The bidder provided three (3) examples of providing relevant equipment including corresponding contact information. These experiences meet the requirement of providing a minimum of 2 years services.

Sample Evaluation (Section 1.2.2)

The sample is a “tennis shoe” style shoe; low top, flat sole, perforated material, double stitched. The sole does not have support for preventing ankle roll. The insole is not glued down to prevent easy removal. The upper shoe and ankle area is well padded for comfort. The Velcro closures are sewn down by single stitching. The shoe is offered in white or black.

Shoe Sizes:

5-11.5, 12-16 regular & wide widths.

  1. Gold Water Industries, Inc.

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 75
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 10
Total Points / 100 / 100

Statement of Work (Article 1)

The bidder is able to provide all required products and training necessary for completion of this contract. Shipping will be handled from the vendors Gardena, California location. Orders will be shipped within 1 week, with Quick-Ship orders shipped common-carrier within 48 hours. The vendor will inventory commonly ordered items for faster processing and shipment.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder has been in business for 22 years. The bidder provided three (3) examples of providing relevant equipment, including corresponding contact information.

Sample Evaluation (Section 1.2.2)

The sample is a “walking shoe” style shoe; low top, heavy sole, fabric and vinyl material, double stitched. The sole has side support for preventing ankle roll. The insole is glued down to prevent easy removal. The upper ankle and Tongue area is well padded for comfort. The Velcro closures are sewn down by single stitching. The shoe is offered in black with clear sole.

Shoe Sizes:

Men’s 3-16 , D, E and EE widths.

Women’s 5-18

  1. Walkenhorst’s

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 65
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 10
Total Points / 100 / 90

Statement of Work (Article 1)

The bidder will provide all required products, reports and training necessary for completion of the contract. Delivery time frame is 5-7 days from their California warehouse. The bidder does not have a delivery schedule that provides a quick delivery option.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder has been in business for 33 years. The bidder provided three (3) examples of providing relevant equipment, including contact information. These experiences meet the requirement of providing a minimum of 2 years services.

Sample Evaluation (Section 1.2.2)

The sample is a “athletic shoe” style shoe; low top, sculptured sole, arch support, perforated material, double stitched. The sole has support for preventing ankle roll. The insole is not glued down to prevent easy removal. The upper ankle and tongue area are well padded for comfort. The Velcro closures are sewn down by single stitching. The shoe is offered in white with white sole.

Shoe Sizes:

Men’s 2-18 Women’s 4-20

Regular and EEEE widths.

  1. Shoe Corp. of Birmingham, Inc.

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 65
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 10
Total Points / 100 / 90

Statement of Work (Article 1)

The bidder will provide all required products and reports necessary for completion of the contract. Training would be as necessary for placing orders. Shipping time for standard orders is 3-7 days by common carrier. The bidder has a 6 pair minimum order for “FOB” delivered price.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder has been in business for 40 years. The bidder provided three (3) examples of providing relevant equipment, including contact information. These experiences meet the requirement of providing a minimum of 2 years services.

Sample Evaluation (Section 1.2.2)

The sample is a “athletic shoe” style shoe; low top, sculptured sole, arch support, perforated material, double stitched. The sole has support for preventing ankle roll. The insole is not glued down to prevent easy removal. The upper ankle and tongue area are well padded for comfort. The Velcro closures are sewn down by single stitching. The shoe is offered in white with white sole.

Shoe Sizes:

Men’s 3-18 Women’s 5-20

Regular and 4E.

  1. National Dry Goods

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 65
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 0
Total Points / 100 / 80

Statement of Work (Article 1)

The bidder will provide all required products and reports as necessary for completion of the contract. The bidder delivery schedule provides for a five (5) business days delivery. The training section had “NA” as the response.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder did not provide any information in this section (left blank).

Sample Evaluation (Section 1.2.2)

This sample is a “tennis shoe” style shoe; low top, flat sole, perforated material, double stitched. The sole does not have support for preventing ankle roll. The insole is not glued down to prevent easy removal. The upper shoe and ankle area is well padded for comfort. The Velcro closures are sewn down by single stitching. The shoe is offered in white with white sole.

  1. Bob Barker Co.

Criteria / Weight / Points Received
Statement of Work (Article 1) / 75 / 65
Company Information/Capabilities (Section 4.1) / 15 / 15
Prior Experience (Section 4.1.9) / 10 / 10
Total Points / 100 / 90

Statement of Work (Article 1)

The bidder will provide all required products and reports necessary for completion of the contract. The bidder responded “NA” to the training requirement. The bidder’s ship time is 3-14 days after receipt of order. No quick delivery options are available.

Company Information/Capabilities (Section 4.1)

Bidder provided all requested information.

Prior Experience (Section 4.1.9)

The bidder has been in business for 40 years. The bidder provided five (5) examples of providing relevant equipment, including contact information. This experience does meet the requirement of providing a minimum of 2 years services.

Sample Evaluation (Section 1.2.2)

The sample is a “athletic shoe” style shoe; low top, sculptured sole, arch support, perforated material, double stitched. The sole has support for preventing ankle roll. The insole is glued down to prevent easy removal. The upper ankle and tongue area are well padded for comfort. The Velcro closures are double stitched. The shoe is offered in white with clear sole.

Shoe Sizes:

Men’s 3.5-12.5 , D, E and EE widths.

Women’s 5-14

.

  1. Evaluation Results

Bidder / Points Received
Goaltex Corp. / 85
Gold Water Industries, Inc. / 100
Walkenhorst’s / 90
Shoe Corp. of Birmingham, Inc. / 90
National Dry Goods. / 80
Bob Barker Co. / 90
  1. Pricing Summary

The pricing summary (Attachment A) is attached.

  1. Best Value Justification

The Joint Evaluation Committee reviewed the proposals and responses submitted to clarifying questions from the vendors. The JEC based the recommendation on best value, which is determined by the vendor meeting the minimum point threshold and offering the best combination of the factors stated in Evaluation Criteria, the sample evaluation and price, as demonstrated by its proposal.

  1. Award Recommendation

All bidders; Goaltex Corp., Gold Water Industries, Inc., Walkenhorst’s, Shoe Corp. of Birmingham, Inc., National Dry Goods and Bob Barker Co. met the Technical Portion 80 point threshold.

The pricing proposals for the bidders that met the 80 point threshold were evaluated. It was decided that an athletic shoe style fits our needs best, so we eliminated the tennis shoe bids from final consideration. The best value for the MDOC/Health Care is an athletic style shoe, with a clear sole, sturdy construction, and has the best pricing structure. Because our shoe width requirements vary from standard to extra wide sizes, the best value for the State/Dept. of Corrections would be to award two contracts; one contract for shoes with widths from D to EE, and a second contract for larger shoe sizes and widths wider than EE.This process would provide a sufficient range of sizes and widths necessary to meet our health related needs. The contractaward recommendation is for the following companies:

  • Bob Barker Company, Inc.
    Shoe Sizes:

Men’s 3.5-12.5
Women’s 5-14

D, E and EE widths.

  • Walkenhorst’s
    Shoe Sizes:

Men’s 13-18
Women’s 15-20

Regular and EEEE

All EEE - EEEE width sizes.

  1. Approvals:

I agree with the synopsis as written this day, July18, 2013.

______

Renard Marshall, BuyerDate

(Intentionally left blank)

Attachment A

JEC-Athletic Shoes Pricing ComparisonRFP-RM-2013-03

Athletic Shoes / Regular Width / Wide Width
Est. Qty / Price / Total / Price / Total / Grand
Total
Goaltex Corp.
#LLVA / 3,000 / $14.86 / $44,580
Gold Water Industries
#M9804k / 3,000 / $12.54 / $37,620
Walkenhorst’s
#SV2500 / 3,000 / $19.90 / $59,700
Shoe Corp. of Birmingham
#2800 / 3,000 / $21.88 / $65,640
National Dry Goods
#MF34 / 3,000 / $19.75 / $59,250 / $25.75
Bob Barker Co.
#W72D / W72F / 3,000 / $17.22 / $51,660

1

GRANDVIEWPLAZA • P.O. BOX 30003 • LANSING, MICHIGAN48909

• (517) 335-0871 (fax)