Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2023 SAM #7844
SOURCES SOUGHT

84 -- USBP Cold Weather Gear Requirements

Notice Date
5/18/2023 6:37:52 AM
 
Notice Type
Sources Sought
 
NAICS
315990 — Apparel Accessories and Other Apparel Manufacturing
 
Contracting Office
ADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
PR20137242
 
Response Due
6/2/2023 12:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Denise V. Thompson, Rick A. Travis
 
E-Mail Address
denise.v.thompson@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov
(denise.v.thompson@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: The United States Border Protection (USPS) needs to provide extreme Cold Weather Gear (CWG) to the Northern Border agents and have a requirement for high quality fabrics to include Gore-tex and Windstopper jackets and pants to include the option for Primaloft filler. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the products described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources because of this notice.� ELIGIBILITY: The Product Supply Code (PSC) most appropriate for this contract is 84-Clothing, Individual equipment, insignia and Jewelry, and the most appropriate North American Industry Classification System (NAICS) is 315990, Apparel Accessories and Other Apparel Manufacturing. ANTICIPATED PERIOD OF PERFORMANCE: This contract is planned to contain a base year with four (4) option years and is intended to satisfy Government requirements for FY 23 through FY28. The anticipated award date is August 2023. ANTICIPATED CONTRACT TYPE: The purpose of this requisition is to establish a five-year Blanket Purchase Agreement (BPA) contract for extreme cold weather and rain gear for use by northern border agents for items specific to their needs. The contract type for this effort is anticipated to be a Firm Fixed Price. PROGRAM BACKGROUND: The USBP has been in search, for several years, of a trade compliant company that is able to manufacture CWG tailored to law enforcement officers in an Olive Drab (OD) green color; and be able to (1) accommodate small batch orders on a quarterly basis and (2) tailor garments to specifications without minimum quantity orders restrictions. REQUIRED CAPABILITIES: To satisfy the USBP CWG requirements, Gore-tex and Windstopper fabrics must be used in the manufacturing of the required garments. The Gore-Tex fabric must be waterproof and breathable. The Windstopper fabric is required to be windproof, water-resistant, and breathable. CWG jackets: The exterior jacket will be made of 2nd generation military grade Gore-Tex 3- layer laminate technology. The jacket will be waterproof and windproof. The vendor will offer two options for length: standard with side zippers or Ike length. The jacket will be customizable with hook and loop for USBP patches and identifiers. The interior liner jacket will be made of the latest Windstopper Technology materials and keep cold winds from penetrating to the wearer. The interior liner will have the ability to have either a double layer or single layer of primaloft The material used will be breathable and provide the necessary protection from cold air. The Jackets are to be constructed to present a neat uniform appearance and should not be bulky or restrictive when worn. Garments are to have a full-length water-tight front zippers and shall be designed in such a manner so that the tunnel collar is to be fully standing when zipped. Jackets are to have two upper chest pockets and two lower pockets with zipper closure. Pockets are to be inset design non-obtrusive and to not detract from an all over all uncluttered smooth front appearance. Garments shall be constructed in such a manner as to provide for ready access to equipment on the duty belt. There shall be a means of tightening the sleeves at the wrist using Velcro closure adjustable wrist tabs. Sleeves are to be articulated. Standard length jackets shall have side zippers at waist, Ike length shall be sheared at waist. Each style designed to comfortable secure waist from airflow under the waist of the jacket. Law enforcement specific designed to provide for the greatest protection of the individual members from inclement weather, while maintaining comfort levels while wearing body armor, during maximal exertion or other stressful events. All styles available in women's sizes. Size availability shall be from X-Small up to 6X. CWG Windstopper Pants: Pants will be constructed of Windstopper fabric with a fleece liner.� Pants can be used as stand-alone or over top of the rough duty pant. Pants will have two cargo pockets with closure. Belt loops to secure duty belt. Zipper from bottom of pant to the knee. Vendor Service Requirements: Vendor will allow quarterly orders. Vendor will ship in bulk to a minimum of eight separate locations based upon individual timelines. Vendor will manufacture jackets and pants within a timely manner not to exceed four months. Vendor shall not require minimum order quotas.� Product must be manufactured in the United States or a trade compliant (for DHS this is in accordance with the Kissell amendment) country. SUBMISSION DETAILS: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11-inch pages, font no smaller than 12-point, 1.5 line spaced) demonstrating their ability to perform the services described herein; Documentation should be in bullet point format. The capability statement package shall be sent by email to denise.v.thompson@cbp.dhs.gov. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 02 June 2023. Questions or comments regarding this notice may be addressed to the Contract Specialist, Denise V. Thompson at the above email address. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b42ce368aca44b38bac31119eb4b392/view)
 
Record
SN06688086-F 20230520/230519212002 (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.