Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOURCES SOUGHT

99 -- USAFA Flight Training Group Alternate Uniforms BPA

Notice Date
3/6/2025 12:20:44 PM
 
Notice Type
Sources Sought
 
NAICS
315210 — Cut and Sew Apparel Contractors
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
2025FlightTrainingGroupUniforms
 
Response Due
3/17/2025 1:00:00 PM
 
Archive Date
03/18/2025
 
Point of Contact
Melinda Lingley, Phone: 7193332862, Danielle Hyde
 
E-Mail Address
melinda.lingley@us.af.mil, danielle.hyde.2@us.af.mil
(melinda.lingley@us.af.mil, danielle.hyde.2@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Sources Sought number is 2025FlightTrainingGroupUniforms and shall be used to reference any written responses to this sources sought. The United States Air Force Academy (USAFA) anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 315210. The size standard for NAICS is 750 employees. This requirement is to establish multiple BPA�s to provide alternate duty uniform items (from specific manufacturers), to include embroidery and screen printing, for up to a combined 200 members including permanent party, cadets, and casual lieutenants assigned to the requiring units on an as needed basis. The products support the mission of USAFA by providing alternate uniforms during flight training for over 1,200 USAFA cadets annually. Salient Characteristics: See Attachments for the List of Salient Characteristics. Include in your capabilities package/email your UEI, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: melinda.lingley@us.af.mil and danielle.hyde.2@us.af.mil. Telephone responses will not be accepted. If more information is needed for this requirement�s salient characteristics, questions are welcome and are to be provided to the above emails prior to the closing date. RESPONSES ARE DUE NO LATER THAN 17 Mar 2025 NLT 2:00pm MST. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23940b34e0914f8e86b8ded003cf4aa2/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN07364301-F 20250308/250307152956 (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.