Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOURCES SOUGHT

83 -- Stretch Knit Panel Fabric for Maternity Airman Battle Uniform (MABU) Slacks - Attachment 2 - Response Template - Reference only: PD 06-27 Utility Slack

Notice Date
10/23/2014
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
WNUK-15-003
 
Archive Date
12/23/2014
 
Point of Contact
Abby J. Morris, Phone: 9379383808, Kenneth J. Gregory, Phone: 9379043496
 
E-Mail Address
abby.morris@us.af.mil, kenneth.gregory.4@us.af.mil
(abby.morris@us.af.mil, kenneth.gregory.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
For Reference Only: Purchase Description dated 13 Mar 2006 SLACKS, MATERNITY, UTILITY AIR FORCE UNIFORM Response Template (word doc) 1. The Air Force Life Cycle Management Center (AFLCMC), Human Systems Division (AFLCMC/WNU) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this Sources Sought Synopsis (SSS) to explore cost effective options to provide this capability. This is an SSS only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). This SSS is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSS does not commit the Government to contract for any supply or service whatsoever. 2. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party's expense. 3. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. 4. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps site for additional information pertaining to this SSS. 5. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. 6. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on a Subcontracting will apply. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. 7. Companies may be contacted if we need further information to fully understand the marketplace. Performance Requirements: 8. The Air Force Uniform Office (AFUO) is conducting market research for a stretch knit panel fabric for the Maternity Airman Battle Uniform (MABU) Slacks. The AFUO is seeking firms with the capability to provide improved stretch knit panel fabric that can be integrated into MABU slacks. The fabric sought shall include key characteristics such as stretch, recovery, strength, and comfort (hand/smoothness, breathability, moisture wicking, etc.). AFUO is looking for expressions of interest and capability statements. Any fiber or fiber combination will be considered. Only Berry Amendment compliant materials/capabilities or Berry waivered fabrics and information should be submitted. 9. The basic fabrics currently being made are in accordance with FQ/PD-06-27 Slacks, Maternity, Utility Air Force Uniform. The Purchase Description is attached (Attachment 1). Submissions do not need to include any of the materials previously listed and any fiber or fiber combination will be considered. Response Guidance: 10. Please provide a white paper describing your capabilities and your concept of how your fabric's attributes meet, at a minimum, the material characteristics and physical properties listed as requirements in Table I below. If possible, include a minimum of 12"x12" swatch (preferably up to two (2) yards) of proposed fabric(s). Respondents should also include a description of the company's background, experience, and any other information that demonstrates value, performance and capabilities. In addition, please fill out Required Response Template (Attachment 2), in its entirety. As white papers are received and reviewed, the Government may request additional materials and/or information. Please submit responses by 8 December 2014 to the point of contact (POC) identified below. TABLE I: STRETCH KNIT PANEL FABRIC REQUIREMENTS Characteristic Requirement Test Method Weight 5.5-10.5 oz/yd 2 ASTM D3776/D3776M, Option C Contents Any fibers and Spandex AATCC 20/20A Bursting Strength (Minimum) 100 lbs ASTM D3787 Dimensional stability (Max) Warp Filling 3.0% 3.0% AATCC 135 (3), (V), (A)iii AATCC 135 (3), (V), (A)iii Stretch (Percent) (Minimum) (15 lb load, 10 cycles) Lengthwise Widthwise 100 ─ 250 100 ─ 250 ASTM D2594 Recovery (Percent, Minimum) (15 lb load, 10 cycles, 2 minute relaxation period) Lengthwise Widthwise 90 90 ASTM D2594 Colorfastness (Minimum) Laundering Light (20 hrs min) Perspiration Crocking 3.5 3.5 3.5 3.5 AATCC 61, Option 3A AATCC 16 AATCC 15 AATCC 8 Wicking 25 minutes/ 4 inches AATCC 197 Pilling (Minimum) 4.0 ASTM D3512 Smoothness appearance (After 20 launderings) 4.0 AATCC 124, (3), (V), (A)iii pH 5.0-8.5 AATCC 81 SSS Responses: 11. Please provide your SSS responses to kenneth.gregory.4@us.af.mil and abby.morris@us.af.mil by 5:00pm EST on 8 December 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to Stretch Knit Panel Fabric SSS # WNUK-15-003." 12. Please limit your responses to no more than 15 pages including Attachment 2 - Required Response Template and identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this SSS. 13. Verbal questions will NOT be accepted. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 8 December 2014. 14. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this SSS that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages for, any proprietary information not properly identified. Additional Information 15. Responses shall include the following information which is not counted against the 15 page response limit: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 314999, size standard 500 employees. Please indicate number of employees relative to the aforementioned size standard. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Veteran-Owned Small Business (Yes/No) h. Economically Disadvantaged Women-Owned Small Business (Yes/No) 16. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. T he NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. 17. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-15-003/listing.html)
 
Record
SN03556792-W 20141025/141023234344-fdb525b20fdfbd2594200044a97fa97a (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.