Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
MODIFICATION

84 -- TSA Screener Uniforms

Notice Date
12/19/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 4th Floor, Arlington, VA, 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS01-04-R-AOP028
 
Response Due
12/29/2003
 
Archive Date
1/13/2004
 
Point of Contact
Susan Minson, Contract Specialist, Phone 571.227.3202, Fax 571.227.1948, - Lessie Oliver-Clark, Contract Specialist, Phone 571.227.1581, Fax 571.227.1948,
 
E-Mail Address
susan.minson@dhs.gov, Lessie.Oliver-Clark@dhs.gov
 
Description
The Transportation Security Administration (TSA) requires a business partner who is a SERVICE PROVIDER rather than simply a MANUFACTURER or a DISTRIBUTOR to run its screener uniform program. TSA seeks qualified firms to provide uniforms and uniform program management services for all federal passenger and baggage screeners. The business partner shall be responsible for: 1. developing a technical approach that will accommodate the Government?s requirement for initial outfitting of new employees and providing replacement of uniforms for current employees with no disruption in program operation or service; 2. manufacturing and/or acquiring all uniform items required by TSA passenger and baggage screeners, including belts, socks and shoes, and accessories 3. providing inventory control and management, warehousing and tracking of all inventories either manufactured or acquired to ensure secure storage and timely deliveries of all uniform items; 4. establishing a secure distribution process, including shipping, handling, and delivery to all airport locations; 5. providing employees with a secure web site inclusive of a web based catalog, price list, order form, and customer comment/feedback card; 6. providing an ordering process to effectively manage changes to current and existing uniform items; 7. implementing a made to measure program for employees who are hard to fit; 8. effectively balancing/managing inventories with customer demand; and 9. effectively assuring quality control in the manufacturing process. This is anticipated to be an Indefinite Delivery Indefinite Quantity single award contract with performance-based incentives. The solicitation will be released on November 25, 2003, with a closing date of December 22, 2003 at 12:00 Noon (Eastern Time).
 
Place of Performance
Address: Address: Across the USA, and its territories, including the Virgin Islands, Guam, and Puerto Rico.
Country: USA
 
Record
SN00492767-W 20031221/031219211542 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.