Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOURCES SOUGHT

84 -- FREE Sports bra and shorts

Notice Date
7/16/2012
 
Notice Type
Sources Sought
 
NAICS
314129 — Other Household Textile Product Mills
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QTFREESBS
 
Response Due
8/24/2012
 
Archive Date
10/23/2012
 
Point of Contact
Daniel Purcell, 508-233-6335
 
E-Mail Address
ACC-APG - Natick (SPS)
(daniel.j.purcell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description The U.S. Army Product Manager, Soldier Clothing and Individual Equipment (PM-SCIE) is requesting capability statements from companies for the purpose of identifying technically capable and qualified potential sources for the Fire Resistant Environment Ensemble (FREE) Sports bra and shorts, see below for more information. These components will be used by the aviation and mounted combat soldier in a wide variety of operational and environmental conditions. This is a request for information (RFI) and does not constitute a solicitation or request for proposal. This is a market survey for planning purposes and no award will be made as a result of this sources sought notice. This market research is not a solicitation as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI received by the Government will not be accepted to form a binding contract. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI respondents. The findings from this Market Research effort may impact any future solicitations related to this requirement The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. REQUIREMENTS The general performance and physical characteristics for the FREE Sport Bra and Shorts are stated in the attached purchase descriptions: GL-PD-12-05 material, Cloth, knit, flame resistant, moisture wicking. GL-PD-12-08 Sports Bra, Women's Flame resistant, Moisture wicking GL-PD-12-09 Shorts, Women's, Flame resistant, Moisture wicking Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, that are not submitted in MS Word and/or MS EXCEL format will be rejected and considered nonresponsive. Capability Statements should include: a minimum and maximum delivery schedule, Quality Management System (QMS), business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers, contract information and any information that can be used to determine contractor capability for providing similar products. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the government. Interested parties should respond by 24 Aug 2012. Please address any questions about this request for information to Mr. Scott Gaumont via e-mail at Scott.f.Gaumont.civ@mail.mil Qualified sources are requested to electronically send their product information via email to: Scott Gaumont, email: Scott Gaumont, email: Scott.f.Gaumont.civ@mail.mil Please include the following information in the body of your email in the following format: 1) NAICS code(s) under which you may provide these components. 2) Company address, telephone number, primary contact(s) with e-mail address (es) and CAGE code. 3) Business size (i.e., small/large/HUB Zone), and DUNS number. (Respondents must be registered in the Central Contractor Registration (CCR) database in order to obtain a DUNS number. Firms may register with CCR at http://www.ccr.gov.) 4) Brief statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, This can also include current or past performance of providing this or similar products to the Government. 5) Minimum and maximum delivery schedule per month and anticipated volume discounts. 6) An estimated cost of item or items. 7) Ramp schedule 8) All assumptions, including any assumed/required Government support.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2108609dced17e3dd2517d8da5f97d2)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02804377-W 20120718/120716235605-b2108609dced17e3dd2517d8da5f97d2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.