Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
DOCUMENT

83 -- Force Protection Uniform - Attachment

Notice Date
11/29/2010
 
Notice Type
Attachment
 
NAICS
315221 — Men's and Boys' Cut and Sew Underwear and Nightwear Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
Solicitation Number
N68836UNIFORM
 
Response Due
12/3/2010
 
Archive Date
12/31/2011
 
Point of Contact
Primary Point of Contact.:
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
The Fleet and Industrial Supply Center Jacksonville (FISCJAX) is defining its acquisition strategy for the solicitation and award of a Force Protection Uniforms for the Navy Region Southeast. This advertisement serves to aid in determining market interest and capabilities for this prospective contract. Of the available strategies, FISCJAX is considering the viability of the following socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer must establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. You are advised that the Government is seeking to define the applicability of the requirement with regard to the available socio-economic programs. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-price (FFP) contract. The NAICS Code for this solicitation is 315211 with a size standard of 500 employees. If your company is interested in competing for this requirement, please provide a response to this request in accordance with the directions below. Address each question as succinctly as possible, and return the completed questionnaire via email to the contract specialist, Tisa Clark at tisa.clark@navy.mill. Submittals are due no later than 1600 EST, 3 December 2010. Responses shall be limited to six (6) pages. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ** REQUIREMENT DESCRIPTION ** See Attached SOW ** ALL QUESTIONS SHALL BE IN WRITING VIA EMAIL TO CONTRACT SPECIALIST, TISA.CLARK@NAVY.MIL :: ** CONTRACTOR DEMONSTRATION OF CAPABILITY ** This submission should demonstrate your firm's detailed capabilities to meet the requirements listed in the paragraphs above. Your response should also include the following information: 1. Is your business interested in being the Prime contractor? What would be the percentage and type of effort your business would perform? What would be the percentage and type of effort your business would subcontract (limitations on subcontracting should be addressed)? Does your business currently have the resource capacity over a four-year span? If your business does not have current resources, what will be your plan to form a team to successfully execute this contract? 2. Outline your firm's degree of familiarity over the past five years in the providing these products. Provide a brief description of the product(s) and whether it was delivered in accordance with the schedule accepted at the time of contract award. Provide the Government contract number or commercial item name, value, role your company played, point of contact and current telephone number. 3. Outline your warranty and returns policy. 4. Details regarding contractor ™s inventory planning and management process to ensure adequate stocking levels (provide details about inventory management software and personnel qualifications). 5. Please explain what Web functionality your company offer to successfully perform this effort. Contracting Office Address: 110 Yorktown Ave, Box 97 NAS Jacksonville, Florida 32212-009753 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ffc0e2bc4f92557a051e2192af72691)
 
Document(s)
Attachment
 
File Name: N68836UNIFORM_SOW_111810_.doc (https://www.neco.navy.mil/synopsis_file/N68836UNIFORM_SOW_111810_.doc)
Link: https://www.neco.navy.mil/synopsis_file/N68836UNIFORM_SOW_111810_.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02334482-W 20101201/101129233914-5ffc0e2bc4f92557a051e2192af72691 (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.