Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

83 -- Textile process’s, terms, and techniques training

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-08-Q-PPH057
 
Point of Contact
David Rudd,, Phone: 202-372-4063, Thomas D Rush,, Phone: (202)372-4068
 
E-Mail Address
david.a.rudd@uscg.mil, thomas.d.rush@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION/SPECIFICATION/WORK STATEMENT FOR TEXTILE TRAINING Work Statement In the performance of this contract, the contractor shall provide the services of training and education in regards to textile process’s, terms, and techniques. This service is to be perform at the US Coast Guard Headquarters Building, located at 1900 Half Street, SW, Washington, DC 20593, or other designated locations in the Washington, DC Metropolitan areas. The contact person for this contract is Mr. Carol Brewton. Scope of Services The contractor shall furnish two qualified personnel and any required special tools or equipment necessary to complete the work tasks. Work tasks may be issued in the following general areas: Provide textile knowledge to the non-textile manager. Training seminar shall provide insight into the development and production of textile garments, provide understanding of modular manufacturing systems, and provide insight to supply chain manufacturing introduction to the creation of patterns and markers. Training shall also include testing techniques for fiber and fabric, manufacturing techniques in the cutting of fabric, creating specifications to shorten lead times and quality assurance practices. The following needs to be covered in the training: (1)Knitting process (2)Weaving process (3)Wet Process of fabric to impart color and specific properties (4)Fiber and fabric testing (5)Correct garment sizing (6)Manufacturing techniques (7)The sewing methods (8)Manufacturing concepts (9)Evaluation of production methods (10)Precise costing: (11)Labor and overhead factors Contractor Performance Requirements Services shall be covered in a one day period (8am – 5pm); not to exceed two days. Require two trained and qualified experts to provide the training. Period of Performance. The period of performance will be from date of award through 60 business days thereafter. HOW TO RESPOND: This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) quote by 2:00 PM, ET, 05/21/2008. Quote must include: (1) Specific approach in meeting requirements outlined in the Statement of Work. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the training) with relevant qualifications and specific experience. Quote: provide Firm Fixed-Price. Offerors must submit a signed original and one copy of the quote to CWO David Rudd, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to David.A.Rudd@uscg.mil is acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past Performance. This will be a Best-Value award determination. This procurement is 100% set-aside for small business concerns. Questions about this requirement must be in writing and submitted by e-mail to David.A.Rudd@uscg.mil. Telephone inquiries are strongly discouraged. All inquiries must include the RFQ number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, May 15, 2008. It is the responsibility of the Offeror to ensure the quote is received by the date and time shown above.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=546c67c6f2b5af753f1d9a316ae9cc1d&tab=core&_cview=1)
 
Place of Performance
Address: Coast Guard Headquarters, 1900 Half Street SW, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN01565956-W 20080504/080502220400-546c67c6f2b5af753f1d9a316ae9cc1d (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  © 1994-2020, Loren Data Corp.