SOURCES SOUGHT
84 -- TSA Uniforms for Transportation Security Inspectors and Explosive Bomb Appraisal Officers - HSTS05-10-I-RIN003 Statement of Work
- Notice Date
- 12/15/2009
- Notice Type
- Sources Sought
- NAICS
- 315211
— Men's and Boys' Cut and Sew Apparel Contractors
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS05-10-I-RIN003
- Archive Date
- 1/13/2010
- Point of Contact
- Margaret Butler, Phone: 571-227-3966, Erica U Gropp, Phone: 571-227-1056
- E-Mail Address
-
margaret.butler@dhs.gov, erica.gropp@tsa.dhs.gov
(margaret.butler@dhs.gov, erica.gropp@tsa.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attached is TSA's Sources Sought Notification The attached statement of work provides scope and details of this effort. The purpose of this Request for Information (RFI) Sources Sought is to ascertain the capabilities of Small Businesses to provide for the purchase of winter parkas, light windbreakers jackets, and polo shirts for the Transportation Security Inspector (TSI) workforce and the Transportation Security Specialist- Explosive Bomb Appraisal Officer (BAO) within the Office of Security Operations. This is not a request for proposal. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondent's regarding any responses to this RFI. Pursuant to section 604 of the American Recovery and Reinvestment Act (ARRA) of 2009 (Public Law 111-5), only items grown, reprocessed, reused, or produced in the United States, or countries that have trade agreements with the United States that apply to TSA may be acquired. Because trade agreements between the United States, Mexico, and Canada (NAFTA) as well as the United States and Chile apply to TSA, a "domestic product" for this procurement includes products from Mexico, Canada, and Chile. Products not grown, reprocessed, reused, or produced in the United States, Mexico, Canada or Chile may not be acquired, irrespective of price differential. TSA will comply with the Kissel Amendment Legal Determination -NAFTA Provision are applicable ARRA, Section 604 (k), consistent with International Agreements, would apply to both NAFTA parties-Canada and Mexico In order to comply with these requirements, pursuant to ARRA sections 604(a) & (k), only items grown, reprocessed, reused, or produced in the United States, Mexico, Canada & Chile may be acquired. Caribbean American Free Trade Agreement Countries are not eligible. Section 604 of the American Reinvestment and Recovery Act is intended to maximize use of domestic producers of certain products such as clothing and the materials and components thereof. This information will allow the Government to determine what sources are available and interested. The applicable North American Classification System (NAICS) code is 315211 and the Classification code is 84. The small business standard is 500. Potential sources are required to indicate in their responses their socioeconomic business status. This information will be used to determine whether the procurement can be set-aside for small business concerns, qualified HUBZONE or service disabled veteran-owned small businesses. Interested qualified small business having the capabilities to manufacture the uniforms are invited to submit concise documentation delineating qualifications, capabilities and experience for producing garments in compliance with the Kissel Amendment and the attached draft statement of work. All interested Small Businesses should submit a description of their capabilities to meet all of the above requirements including a description of their business status. Potential sources should also provide their GSA schedule contract number if they hold a GSA schedule contract that contains the items on the draft statement of work. The deadline for questions regarding this RFI will only be accepted via the email (NO PHONE CALLS) and are due by December 22, 2009 at 1:00p.m.(EST). Submitted questions must have the subject heading: HSTS05-10-I-RIN003 TSA Uniforms TSI/BAO. All submitted capability statements are to be no longer than 5 pages. All responses must have the subject heading: HSTS05-10-I-RIN003 TSA Uniforms TSI/BAO and responses to this RFI must be received no later than 3:00 p.m. (EST) on December 29, 2009. Point of contact: Margaret Butler, Contract Specialist Margaret.Butler@DHS.gov Erica Gropp, Contract Specialist Erica.Gropp@DHS.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS05-10-I-RIN003/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN02023977-W 20091217/091215234652-e7b527751002b0f1da7774ec9b44f942 (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 |