Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

84 -- DHS NATIONAL UNIFORMS PROGRAM

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
CBPRFIUNIFORMS2-2011
 
Archive Date
11/30/2010
 
Point of Contact
Richard M, Kirby, , Bettina A. Ayers,
 
E-Mail Address
UNIFORMRECOMPETE@cbp.dhs.gov, UNIFORMRECOMPETE@cbp.dhs.gov
(UNIFORMRECOMPETE@cbp.dhs.gov, UNIFORMRECOMPETE@cbp.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) (UNRESTRICTED)- Department of Homeland Security (DHS) National Uniform Program. Agency: Department of Homeland Security Office: Office of Administration, CBP Location: Washington, DC Notice Type: Request For Information (RFI) Synopsis: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP). This RFI does not commit the Government to contract for any supply or service. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. If a solicitation is released, it will be via the Federal Business Opportunities (http ://www.fedbizopps.gov ). It is the responsibility of the potential offerors to monitor these websites for any information that may pertain to this RFI. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. 1.0 DESCRIPTION The Department of Homeland Security (DHS) plans to establish a Department-Wide Indefinite Delivery Indefinite Quantity (IDIQ) vehicle for the purchase of Uniforms. The US Customs and Border Protection Agency has been designated as the Executive Agent on behalf of DHS and all of its Component Agencies for this acquisition. Approximately 100,000 employees are authorized to participate in the DHS National Uniform Program. Uniformed employees are located throughout the United States and foreign locations. Department of Homeland Security and each of its components will be utilizing this proposed contract for their uniforms. DHS does not intend to award a contract on the basis of responses nor pay for the preparation of any information submitted in response to this RFI. As a result of this (RFI), DHS may issue a Request for Proposal (RFP). Should such a requirement materialize, no basis for claims against DHS shall arise as a result of a response to this RFI notice or use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. DHS is seeking capability statements from all eligible business concerns under the North American Industry Classification System (NAICS) code 541614"Process, Physical Distribution, and Logistics Consulting Services", with a size standard of $5,000,000. 2.0 PURPOSE OF THIS RFI The purpose of this RFI is to identify technically qualified businesses. Through this procurement effort DHS plans to establish DHS-wide procurement vehicles while supporting DHS Small Business Goals, including 8(a), Small Disadvantaged Businesses (SDB),Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran owned Small Businesses (SDVOSB)] that are interested in and capable of performing the work described herein. Through this RFI, DHS is seeking responses to determine the capability of the market to provide innovative technologies that may meet program goals. 3.0 OBJECTIVE DHS is seeking a Management Contractor that has a strong supply chain management capability. This contractor shall also possess program manager and integrator expertise with a focus on customer satisfaction. The Management Contractor shall be responsible for the following: •1. Providing all uniform items including, but not limited to, ceremonial, dress, rough duty, law enforcement uniforms, outer wear, footwear, and accessories. •2. Acquiring all items required under the DHS National Uniform Program. •3. Providing inventory control; management, warehousing and tracking to ensure secured storage and timely deliveries of all uniform items in accordance with current commercial standards. •4. The management contractor shall have (a) an established distribution process and (b) a quality control inspection program processes in place to include manufacturing, procuring, warehousing and distribution. •5. Providing shipping, handling, and delivery of all goods directly to all employee locations. •6. Establishing and coordinating the entire ordering process beginning with the placement of each order through the distribution cycle. •7. Providing a secure automated web based ordering process/e-commerce solution; specifically an automated on-line ordering process available 24 hours a day/7 days a week. Separately, the management contractor shall maintain a customer service/help desk at least 8 core hours 5 days a week. •8. Providing an ordering process to effectively manage the introduction or termination of certain product lines as well as changes to current and existing uniform products. Occasionally, the National Uniform Program may have requirements for new and/or revised uniform products which shall require expeditious turn-around. The Management Contractor must be able to immediately respond to requests to accomplish any changes and must be able to specify a response time relevant to accomplishing any Government requested change to a uniform product line. •9. Is your company Customs-Trade Partnership Against Terrorism compliant? Do you have a security program plan in place or established? http://www.cbp.gov/xp/cgov/trade/cargo_security/ctpat/what_ctpat/ctpat_overview.xml 4.0 QUALITY MANAGEMENT SYSTEM •1. Have you adopted a Quality Management System similar to ISO 9000? •2. Address the following five core elements of your Quality Management System: •· Overall management for quality management system and documentation Management responsibility, focus, policy, planning and objectives •· Resource management and allocation •· Product realization and process management and •· Measuring, monitoring, analyzing and improving 5.0 OTHER REQUESTED INFORMATION •1. List all merchandise monitoring systems that order, track, invoice and deliver product to requested destinations? •2. Are you able to support a Web enabled reporting system? 6.0 POTENTIAL CONTRACT RESTRICTION The perceived Uniform Contract may preclude the procurement of items listed below if such items are Not grown, reprocessed, reused, or produced in the United States. These restrictions would apply to: •· Clothing and the materials and components thereof, other than sensors, electronics, or other items added to, and not normally associated with, clothing (and the materials and components thereof); •· Tents, tarpaulins, or covers; •· Cotton and other natural fiber products, woven silk or woven silk blends, spun silk yarn for cartridge cloth, synthetic fabric or coated synthetic fabric (including all textile fibers and yarns that are for use in such fabrics), canvas products, or wool (whether in manufactured articles); or •· Any item of individual equipment manufactured from or containing such fibers, yarns, fabrics, or materials. 7.0 CONCLUSION Interested, qualified organizations should submit tailored capability statements for this requirement, not to exceed 20 single-sided pages (including all attachments, charts, etc.) presented in single-space and using 12-point font size minimum that clearly details their capability to perform the aspects of the notice described above. This is not a Request for Proposal and no contract will be awarded as a result of this RFI notice. The Government reserves the right to post additional notices relative to the RFI and request capability statements. Capability statements must specify the business type and size under the concern's name and address on the first page of the document. Responses will be reviewed only by DHS personnel and will be held in a confidential manner. All Capability Statements in response to this Request For Information notice must be submitted electronically (via email) to Richard M. Kirby, Contracting Officer, at UNIFORMRECOMPETE@cbp.dhs.gov in MS Word, Word Perfect, or Adobe Portable Document Format (PDF), by November 17, 2010, 3:30PM, EST. For security reasons all submissions will be made by email. The Government will not accept telephone calls. Responses to this RFI may be evaluated by Government technical experts within DHS. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary information. Primary Point of Contact: Richard M. Kirby Contracting Officer Office of Administration Uniforms Management Customs and Border Protection Secondary Point of Contact: Bettina A. Ayers Program Manager Uniforms Management Asset and Administrative Management Office of Administration Customs and Border Protection
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/CBPRFIUNIFORMS2-2011/listing.html)
 
Place of Performance
Address: U.S. Department of Homeland Security, Customs and Border Protection, Office of Administration., Washington, D.C. 20229, Washington, District of Columbia, 20229, United States
Zip Code: 20229
 
Record
SN02325205-W 20101111/101109234426-4ac6b3033f6397eeac53bc20e28ec547 (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.