Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOURCES SOUGHT

84 -- Producing ARC Flash Uniforms and other Personal Protective Equipment - WHS06232016LMT

Notice Date
7/1/2016
 
Notice Type
Sources Sought
 
NAICS
315220 — Men's and Boys' Cut and Sew Apparel Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
WHS06232016LMT
 
Archive Date
8/3/2016
 
Point of Contact
Lynette M. Thibodeaux, Phone: 7035451251
 
E-Mail Address
lynette.m.thibodeaux.civ@mail.mil
(lynette.m.thibodeaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
WHS/AD seeks information for contractors with a past history of producing ARC Flash Uniforms and other Personal Protective Equipment (PPE). To facilitate market research, the Government is looking to identify qualified sources under the primary North American Industry Classification System (NAICS) of code 315220 “Men's and Boys' Cut and Sew Apparel Manufacturing”, (the size standards is 500 employees) with a secondary code of 561422 “Order Taking for Clients over the Internet” to cover a portion of the service. Washington Headquarters Services Acquisition Directorate 1155 Defense Pentagon Washington DC 20301‐1155 RFI # WHS06232016LMT July 1, 2016 THIS IS FOR INFORMATIONAL PURPOSES ONLY Washington Headquarters Services (WHS), Acquisition Directorate seeks information for contractors with a past history of producing ARC Flash Uniforms and other Personal Protective Equipment (PPE). To facilitate market research, the Government is looking to identify qualified sources under the primary North American Industry Classification System (NAICS) of code 315220 "Men's and Boys' Cut and Sew Apparel Manufacturing", (the size standards is 500 employees) with a secondary code of 561422 "Order Taking for Clients over the Internet" to cover a portion of the service. Responses from "all" sources is requested including Small Businesses, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses, and Economically Disadvantaged Women-owned Small Businesses. A contract is anticipated to be awarded in late Fiscal Year (FY) 2016 or early FY 2017 with a one-year base period and four one-year option periods. This Sources Sought Notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Due Date to submit a response to this Notice is Tuesday, July 19, 2016 NLT 11:30 AM EDT. Questions concerning submission should be send by email to Lynette Thibodeaux, Contract Specialist, at lynette.m.thibodeaux.civ@mail.mil. No phone calls will be accepted. Background Information for the RFI WHS is required to outfit all wage grade employees with PPE for ARC Flash protection. This RFI is based on a requirement to provide uniforms for an estimated 200 Wage Grade Employees and Supervisors within the Federal Facilities Division (FFD) of WHS. Standard uniforms must meet safety requirements outlined by the National Fire Protection Act (NFPA) 70E, Standards for Electrical Safety in the Work Place, 2012 edition. Additionally, FFD Employees are required to be outfitted with PPE. Uniforms, jackets and accessories (patches, name tapes, Velcro strip shirts, jackets, and PPE) must contain ARC flash (flame resistant) material and meet all the requirements of NFPA 70E. This PPE provides personnel protection from potential injury due to an ARC flash incident. The main items being procured are bomber jackets (navy blue), male and female shirts (both navy blue and white) and male and female cargo pants (navy blue). All these items will have a category 2 NFPA rating. All items must be manufactured in accordance with the Berry Amendment requirement (10 U.S.C. 2533a). All materials used to manufacture these items are to be furnished by the contractor. Submission Requirements Interested firms should submit their response via email to lynette.m.thibodeaux.civ@mail.mil and include a capabilities statement covering experience and manufacturing capabilities by responding to the past performance and technical questions listed at the bottom of this Request For Information. The capabilities statement should demonstrate how the firm's recent past performance (last 3 years) is relevant to the technical areas listed including the dollar value, items provided, and period of performance of the firm's prior contracts. Provide email and phone information for the clients of the identified past performance contracts. Firms need to include their business address, point of contact, CAGE code, DUNS number, and small business status including specific category (for example, HubZone or Service Disabled Veteran Owned). Firms will add the following statement at the end of their capabilities statement and respond with an ‘X': If this project becomes a definite requirement and an RFP is issued, our firm expects [ ] or does not expect [ ] to submit a proposal. The Government will analyze all responses to determine if a pool of qualified small business firms is sufficient for a total set-aside competition restricted to small businesses or for a partial set-aside competition restricted to small businesses. If there are not enough qualified small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. Required format: There is a maximum page limitation of 4 typed pages that are single spaced using 12 inch Times New Roman font within an 8.5 by 11 inches page size. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Please answer the following past performance and technical questions: 1. Describe your firm's experience in designing and maintaining a web-based employee ordering system that interfaces with the uniform allowance program, an inventory control system, and a customer service for employees to contact with any issues. This system will allow the employee to order ARC Flash and PPE equipment up to the approved uniform allowance and allow additional orders with the employee's personal credit card. Detail the software that the system is written in and describe available management and tracking report(s) it can issue. 2. Describe your firm's experience with supplying ARC Flash uniforms and PPE items. 3. Describe your firm's capability to measure the employees for uniform sizes. 4. Technical Data Sheets or Specifications for the ARC Flash clothing. 5. For past performance, please provide contract number, type of contract, total dollar amount, date, agency/company where the service was performed and a contact person with email address and phone number (Maximum 3 references, within the last 3 years). 6. Please state if you have any recommendations for a different NAICS code for this procurement. This is NOT a request for competitive proposals at this time but you are free to supply pricing information to assist the Government with an accurate cost estimate. All comments received will be considered by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/WHS06232016LMT/listing.html)
 
Place of Performance
Address: Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN04169963-W 20160703/160701234257-b7bd3b9383f2c2f0722dd6eab6e9d0ec (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.