SOURCES SOUGHT
84 -- 44th IBCT Should Sleeve Insignia
- Notice Date
- 12/15/2017
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, New Jersey, 08640
- ZIP Code
- 08640
- Solicitation Number
- W912KN-18-44thSSI
- Point of Contact
- Charles Patrick McDonald, Phone: 6095620222, john simms, Phone: 6095620223
- E-Mail Address
-
charles.p.mcdonald2.mil@mail.mil, john.w.simms3.mil@mail.mil
(charles.p.mcdonald2.mil@mail.mil, john.w.simms3.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The USPFO New Jersey National Guard, in accordance with Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures, is conducting market research to identify qualified sources interested in, and capable of providing the following items: Manufacturing of Operational Camouflage Pattern (OCP) Shoulder Sleeve Insignia (SSI) for the 44th IBCT (TIOH approved design pending). The initial order is anticipated to be in excess of 7000 SSI patches and delivery required NLT 30 days after award. The vendor must be a certified manufacturer by The Institute of Heraldry (TIOH) and Defense Logistics Agency (DLA) to produce official military insignia. The OCP patch must have the hook side of the hook and loop fastening method sewn to the patch when delivered. Initial Market Research indicates this can be competed as a Small Business Set Aside. All insignia must be manufactured by firms certified by TIOH in accordance with AR 672-8. Procurement of insignia from non-certified manufacturers or from foreign or offshore sources is not authorized. Manufacturers who are interested in becoming certified manufacturers will be referred to the Director, The Institute of Heraldry for certification. Insignia will be made in accordance with the specifications provided by TIOH. The manufacturer is required to submit preproduction samples of all insignia to TIOH. Once samples are approved, TIOH will issue a letter to the manufacturer authorizing manufacture of the insignia item. National Guard regulations currently require that a copy of the letter be forwarded by the manufacturer to the USP&FO prior to completion of the order. Shoulder Sleeve Insignia will be manufactured in accordance with MIL-I-14652. The contractor will be advised that a "Cartoon" (pattern) showing the placement and the number of stitches for the SSI may be obtained from TIOH. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The National American Industry Classification System (NAICS) code for this requirement is 314999 or 313220. This requirement will be a Small Business set-aside. 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 promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the US Government to contract for any supply or service. The US 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 or IFB or RFP, if any is issued. Companies that can provide this product may submit their technical capabilities to include complete and detailed technical specifications of their supplies and services, past performance information, price, and delivery time capability within (10) calendar days of this announcement. Responses to this posting must be submitted via e-mail only; no phone calls will be accepted. A determination not to compete the described request is based upon responses to this notice and is solely within the discretion of the Federal Government. All potential vendors must have active registration in the System for Award Management, www.sam.gov. In order for vendors to be paid, all vendors must now use an E-invoicing system of Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. All quoted items must be Berry Amendment compliant 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. [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 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. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Any questions or comments should be directed to Charles McDonald, Contract Specialist via e-mail at Charles.p.mcdonald2.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W912KN-18-44thSSI/listing.html)
- Place of Performance
- Address: FOB Destination, Lawrenceville, New Jersey, 08648, United States
- Zip Code: 08648
- Zip Code: 08648
- Record
- SN04768488-W 20171217/171215230915-b0ecd01bac0348f561d8ff0ba83bcf1b (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 |