MODIFICATION
84 -- Uniform Sewing and Embroidery Services
- Notice Date
- 2/22/2018
- Notice Type
- Modification/Amendment
- NAICS
- 315210
— Cut and Sew Apparel Contractors
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, NAVSOC, 2000 Trident Way; Bldg 603M, San Diego, California, 92155, United States
- ZIP Code
- 92155
- Solicitation Number
- H92240-18-Q-1004
- Archive Date
- 1/26/2018
- Point of Contact
- WARCOM Contracts,
- E-Mail Address
-
NSWKO1@socom.mil
(NSWKO1@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement has changed from embroidery and sewing services to sewing services only. Contractor shall be able to obtain all the materials to perform sewing services such as sewing of name tapes, Navy tapes, warfare devices, and other uniform badges and insignias on the Naval Working Uniform (NWU) in both Type II, Desert Digital, and Type III, Woodland Digital. No certification is required from the Navy Clothing and Textile Research Facility (NCTRF)to perform these services. However, contractor shall be able to obtain the supplies, including the thread, names tapes, badges, and insignias, from an authorized NCTRF supplier. This is a sources sought notice for information and acquisition planning purposes only. This is not a request for proposals and a formal solicitation is not available at this time. The Naval Special Warfare Command (NSWC) is seeking responsible small business concerns that can provide sewing services primarily for items and uniforms such as, but not limited to, Navy Working Uniform (NWU) Types II & III in the Virginia Beach, VA area. The contractor will be required to provide all personnel, supplies, transportation (weekly pickup and delivery of uniforms), tools and equipment necessary for these services. Interested, responsible business concerns capable of meeting these requirements are invited to submit a capabilities statement (not to exceed three pages) that demonstrates their capability to provide such services. The capability statement must also include the following information: Include company name, address, CAGE code, small business status (8A, small, small disadvantaged, women-owned, HUBZone, veteran-owned, or service-disabled veteran-owned), and point of contact (POC) information for the interested firm. Identify, by contract number, any past or current contracts and/or subcontracts that were awarded to your firm, period of performance, contract type, contract amount, and points of contact for any customer references. Please respond no later than 27 February at 0900 PST to NSWKO1@socom.mil Other general information: NSWC anticipates conducting an acquisition pursuant to FAR Parts 12 and 13, and awarding a single award, firm-fixed price (FFP) indefinite delivery, indefinite quantity (IDIQ) type contract. The anticipated period of performance will be for a five (5) year ordering period from date of contract award. The anticipated place of performance will be Virginia Beach, VA. IF A SOLICITATION IS ISSUED AT A LATER DATE, all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/NAVSOC/H92240-18-Q-1004/listing.html)
- Place of Performance
- Address: Virginia Beach, VA, Virginia Beach, Virginia, United States
- Record
- SN04832040-W 20180224/180222232225-9438ccfe434363e0068d8537dfaf45ed (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 |