Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOLICITATION NOTICE

84 -- DOI Multi-Agency Uniform

Notice Date
4/4/2017
 
Notice Type
Presolicitation
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P17PS00914
 
Point of Contact
Katherine Huff, Phone: (303) 969-2407
 
E-Mail Address
katherine_huff@nps.gov
(katherine_huff@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE This notice is being posted in advance of the issuance of solicitation number P17PS00914. Information contained in this notice is subject to change. No proposals are being requested under this notice. The National Park Service Washington Contracting Office (NPS WASO-WCO) on behalf of the Department of the Interior (DOI), intends to solicit proposals from vendors having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities (FBO) website, www.fbo.gov. Paper copies of the solicitation will not be made available. Solicitation documents will be issued in one or all of the following formats: Microsoft word, excel and Adobe PDF. Solicitation Number: P17PS00914 Offerors wishing to receive notification of the solicitation release and of any amendments will need to use the tools available to registered vendors in FBO. Offerors are responsible for reviewing the FBO site for all information relevant to the solicitation. No other notifications will be sent. It is anticipated that the solicitation will be issued on or around April 18, 2017 with a response period of approximately 45 business days. The proposal response period is approximate; the final due date for the submission of proposals will be established at the time the solicitation is released. Offers will be considered from all responsible and responsive offerors. This procurement is offered on the basis of full & open competition. The National Park Service encourages the participation of small business, disadvantaged, woman-owned and HUBZone business enterprises. Large businesses will be required to submit a subcontracting plan. SYSTEM FOR AWARD MANAGEMENT (SAM): SAM incorporates all government contractor data pertinent to the federal acquisition and financial assistance processes. SAM now centralizes CCR, ORCA and EPLS registrations and requirements. As of 1 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use of online representations and certifications (Reps and Certs) in Federal solicitations as part of the proposal submission process. Representation and Certification are to be accomplished in the System for Award Management. Registration requires applicants to have a DUNS number from Dun and Bradstreet which can be obtained at www.dnb.com. Offerors will be required to have an active and complete registration, including Reps and Certs, in SAM at the time of proposal submission. A review of offerors will be conducted to ensure Online Representations and Certifications have been completed. NAICS Code: 315210 Cut and Sew Apparel Contractors, Size Standard: 750 employees DESCRIPTION OF WORK: The DOI Bureaus that will be serviced under this acquisition are the National Park Service (NPS), the United States Park Police (USPP), the U.S. Fish and Wildlife Service (FWS), the Bureau of Land Management (BLM), the Office of Surface Mining Reclamation and Enforcement (OSMRE), the Bureau of Reclamation (BOR), the Bureau of Safety and Environmental Enforcement (BSEE), and the Bureau of Indian Affairs (BIA). The United Stated Army Corps of Engineers Natural Resources Management Program (USACE) is also served under this acquisition. The work includes providing civilian and law enforcement uniforms, patches, insignia, headwear, footwear, outerwear, and related items for approximately 35,000 - 40,000 employees of the Uniformed Bureaus and USACE. The following are the minimum critical tasks: • Provision and inventory management of uniforms (Note: detailed uniform performance based specifications for all uniform items will be included as an attachment to the solicitation) • Uniform service operations • Provision of a secure, web-based uniform requesting system with ordering and allowance management functionality (capable of supporting account creation and management, bulk and individual uniform order fulfillment and return/replacement order processing, etc.) • Real-time data reporting capability • Efficient, highest quality customer service A complete Performance Work Statement (PWS) will be included with the solicitation. TYPE OF ACQUISITION: It is the Government's intent to issue an Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP)/ Fixed Unit Price/ Labor Hour/ Time and Material Requirement against which delivery orders will be placed. If applicable, travel will be billed at cost, in accordance with Federal Travel Regulations (FTR). The majority of orders will be FFP, with the capability for orders under other contract types, if required. The contract will be awarded for a base period of 12 months with four additional 12 month option periods for a total period of performance not to exceed 5 years / 60 months. The Government will solicit and award this contract in accordance with the procedures in FAR Part 12 and FAR Part 15. The Government will utilize a source selection approach involving the tradeoff process, evaluating technical, past performance and price factors. Award will be made to the offeror whose proposal is the most advantageous to the Government, price and other factors considered. The point of contact for this presolicitation notice is Katherine Huff, Contract Specialist, at 303-969-2407, katherine_huff@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS00914/listing.html)
 
Place of Performance
Address: Contractor's facility. Delivery points CONUS and OCONUS, United States
 
Record
SN04459553-W 20170406/170404235611-f758b4a48f8c0f86da7ef2ee65eca099 (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.