Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2022 SAM #7392
SOURCES SOUGHT

84 -- Trucker Hats

Notice Date
2/23/2022 11:10:56 AM
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
PANMCC22P0000008726
 
Response Due
3/4/2022 7:00:00 AM
 
Point of Contact
Tim Elder, Phone: 5026243478
 
E-Mail Address
timothy.j.elder6.civ@mail.mil
(timothy.j.elder6.civ@mail.mil)
 
Description
This is a Sources Sought Notice only.� The U.S. Government desires to procure Personal Presentation Items (PPI) 708 (ARNG) Baseball Caps.� Please note that due to the procured items qualifying as Clothing [Headwear] this requirement is subject to the Berry Amendment.� The Berry Amendment restricts the Department of Defense (DoD) from procuring certain items that are not grown, produced, reprocessed or reused in the United States (U.S.).� In order to be Berry Amendment compliant, ALL processing/manufacturing of this product, and its components, must be done in the U.S. and ALL of the material must be domestically sourced.� The end items, components and materials must be wholly of U.S. origin.� This requirement for domestic origin flows down through all tiers of suppliers.� The prime contractor would be responsible for verifying the source of all materials and components from proposed subcontractors or suppliers.� If your company does not provide such products, please DO NOT respond to the SSS as your product would not be eligible for solicitation, competition or award should the Government issue a solicitation. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. �We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women- Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes.� It does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP), or a promise to issue an RFQ, IFB, or RFP in the future. �This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. �Not responding to this notice does not preclude participation in any future RFQ�s, IFB�s, or RFP�s, if any are issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. �The anticipated NAICS code is: 315990, (Apparel Accessories and Other Apparel Manufacturing), the FSC code is 8405 (Outerwear, Men�s). The size standards 500 employees. For guide lines on the PPI 708 (ARNG) see attached specifications. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Responses to this announcement should be e-mailed to Tim Elder, timothy.j.elder6.civ@army.mil no later than 10:00 a.m. (Eastern Time) Fort Knox Local Time, 3 March 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d828aff6013742cf9545747c797c5cf1/view)
 
Record
SN06249690-F 20220225/220223230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.