SOURCES SOUGHT
78 -- Personal Protective Equipment (CBP) - Operational Requirements Documents (ORD)
- Notice Date
- 11/8/2016
- Notice Type
- Sources Sought
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- 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
- RFI-PPE2016
- Archive Date
- 12/15/2016
- Point of Contact
- Ronie M. Namata, Phone: 202-344-3631
- E-Mail Address
-
ronie.namata@dhs.gov
(ronie.namata@dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Personal Hydration Pack - ORD Inflatable PFD - ORD Hearing Protection - ORD U.S. Customs and Border Protection (CBP) is considering a strategic sourcing vehicle for personal protective equipment (PPE) for use by male and female personnel. As a result, CBP is soliciting information and comments from industry on its ability to provide commercial off the shelf (COTS) PPE for over 45,000 of CBP's uniformed personnel. The PPE would be used in all manner of environments on land, air, and sea. In response to this request for information (RFI), respondents are asked to submit written responses, not-to-exceed five (5) pages in length via electronic mail. Attached are three operational requirements documents (ORD) for the items we are considering for strategic sourcing. Based on the three ORD documents, respondents are requested to provide a response to the following questions: 1. Is the product you can provide to meet this requirement considered a commercial off the shelf (COTS) item or a modified commercial off the shelf (MCOTS) item. If an MCOTS, how will that affect pricing and availability? 2. If your product cannot meet a specific operational requirement of this product, please identify that requirement. 3. Are there any product features, capabilities or advantages that your product offers that are not identified in the operational requirements? Please identify them. 4. Would the three items described in the ORD's include a warranty? Is there an industry-wide warranty standard? 5. Is there a lead time required to produce the items described in the ORD's or are these normally in stock? 6. Is there a minimum purchase quantity required for an initial procurement? What kind of discounts are available for the agency under a BPA or IDIQ? 7. What would be a projected unit cost of each item based on our ORD's? 8. Are all three items in the ORD documents available under your GSA schedule? The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. ADDITIONAL SUBMISSION INFORMATION: The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15-207, Handling Proposals and Information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. PURSUANT TO FAR 15.201(e) - 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 in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, CBP 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 costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Failure to respond to this RFI does not preclude participation in any future associated request for proposal that may be issued. Information provided in no way binds the Government to solicit or award a contract. HOW TO RESPOND: Interested parties shall respond with information and comments on a possible strategic sourcing vehicle for personal protective equipment. The first section of the response will provide administrative information, and shall include the following as a minimum: organization name, mailing address, phone number, fax number, and name and e-mail of designated point of contact, DUNS #, Tax ID #, GSA Schedule no. (if available).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/RFI-PPE2016/listing.html)
- Place of Performance
- Address: U.S. Customs and Border Protection, 1300 Pennsylvania Ave NW, Washington, District of Columbia, 20229, United States
- Zip Code: 20229
- Zip Code: 20229
- Record
- SN04323120-W 20161110/161108234548-82d3019e0d0dc87582b0ff260e856dd0 (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 |