Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
SOURCES SOUGHT

83 -- Service Dress Shirting Fabric - Attachment 1 - Poly/Wool Purchase Description

Notice Date
1/8/2014
 
Notice Type
Sources Sought
 
NAICS
313110 — Fiber, Yarn, and Thread Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
WNUK-14-006
 
Archive Date
2/25/2014
 
Point of Contact
Abby J. Morris, Phone: 9379383808
 
E-Mail Address
abby.morris@us.af.mil
(abby.morris@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Poly/Wool Purchase Description 83--- Shirting Fabric for Service Dress Shirts 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 Request for Information (RFI) to explore cost effective options to provide this capability. This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). 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 RFI 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 RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. 3. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI 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 RFI. 5. 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 Subcontracting will apply. Note that, if there is sufficient demonstrated interested 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: The Air Force Uniform Office (AFUO) is conducting market research for a shirting fabric for the Men's and Women's Service Dress shirts. The AFUO is seeking firms with the capability to provide improved shirting materials that can be integrated into Men's and Women's Service Dress Shirts. The material sought shall include characteristics such as breathability, moisture wicking, iron free finish, soil release, stretch, desirable hand and opacity. 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 materials and information should be submitted. The basic materials currently being made are in accordance with A-A-55115 Cloth, Broadcloth, Polyester and Cotton or AESC 83-9 Cloth, Tropical, Polyester/ Wool. The Poly/Cotton Commercial Item Description is available on ASSIST http://www.assistdocs.com, and the Poly/Wool 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: Please provide a white paper and technical data sheets describing your capabilities and a concept of how your product's attributes meet, at a minimum, the material characteristics and physical properties listed as requirements in Table I below. If possible, include a 12"x12" swatch of proposed material(s). Respondents should include a description of the company's background, experience, and any other information that demonstrates value, performance, and capabilities. As white papers are received and reviewed, the Government may request additional materials and/or information. Please submit responses by (10 February 2014 ) to the point of contact (POC) identified below. TABLE I: SHIRTING REQUIREMENTS Characteristic Requirement Test Method Weight 3.5 - 6.5 oz/yd2 ASTM D3776/D3776M, Option C Breaking Strength Minimum Warp 40 lbs ASTM D5034 Filling 40 lbs Dimensional stability Warp ≤ 5.0% AATCC 135 Filling ≤ 5.0% AATCC 135 Seam efficiency >90% ASTM D1683 Colorfastness Laundering 3.5 AATCC 61 Option 3A Light (40 hrs min) 3.5 AATCC 16 perspiration 4.0 AATCC 15 Wicking 25 min/ 5 inches AATCC 197 Martindale pilling 4.0 ASTM D4970/D4970M Soil release 3.5 AATCC-130, washing procedure IV (for (washable fabrics only) Crease retention 4.0 AATCC-88C, (3), (IV), (A)iii (for washable fabrics only) RFI Responses: 1. Please provide your RFI responses to timothy.wilhelm.2@us.af.mil by 5:00pm EST on 10 February 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to Service Dress Shirting Fabric RFI # WNUK-14-006." 2. Please limit your responses to no more than 15 pages 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 RFI. 3. 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 10 February 2014. 4. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this RFI 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 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 313110, 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 Small Business (Yes/No) h. Economically Disadvantaged Women-Owned Small Business (Yes/No) 10. System for Award Management (SAM) Registration ( Yes/No) 11. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Contracting Office Address: 1981 Monahan Way Building 12 Wright-Patterson AFB, Ohio 45433 United States Point of Contact: Abby Morris Contracting Officer abby.morris@us.af.mil 937-938-3808 Or Lieutenant Tim Wilhelm Contract Negotiator timothy.wilhelm.2@us.af.mil 937-904-3488
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-14-006/listing.html)
 
Record
SN03263459-W 20140110/140109001612-39be9e783b65fd00fc95285f8a802f2c (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.