Maryland Bids > Bid Detail

Flight Attendant Uniforms

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159053787781802
Posted Date: May 31, 2023
Due Date: Jun 9, 2023
Solicitation No: FA2860231110
Source: https://sam.gov/opp/f7f9c674e2...
Follow
Flight Attendant Uniforms
Active
Contract Opportunity
Notice ID
FA2860231110
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFDW
Office
FA2860 316 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 31, 2023 10:54 am EDT
  • Original Response Date: Jun 09, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 8415 - CLOTHING, SPECIAL PURPOSE
  • NAICS Code:
    • 458110 - Clothing and Clothing Accessories Retailers
  • Place of Performance:
    JB Andrews , MD 20762
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR 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.



Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed is 458110. The size standard is $47.0 Million dollars.



The purpose of this procurement is to acquire Flight Attendant Uniforms for the 1st Airlift Squadron at Joint Base Andrews.



The following Flight Attendant Uniform items need to be in various sizes for men and women and the quantity and size for each item are described in the table in attachment 1.



The description, style, color, and material of each item are included in the Salient Characteristics, attachment 2. The uniform items will need to have a good, tailored fit, not exceedingly loose or tight fit in accordance with dafman 36-2903, attachment 3.



In responses to this sources sought please indicate if there is a GSA Multiple Award Schedule, or similar, that can be used to procure the items identified by the table in attachment 1.



Please also provide if you can accept GPC as a form of payment in your response.





Reponses to this Sources Sought request should reference “Flight Attendant Uniforms" and shall include the following information in this format:



1. Company name, address, pint of contact name, phone number, fax number and email address.

2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.

3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.

4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.

5. The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. 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 FAR clause 52.219-14.

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, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.





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.





All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 9 June 2023. Responses will be accepted via electronic means only to jessee.vasquez_arguera@us.af.mil .


Attachments/Links
Contact Information
Contracting Office Address
  • CP 240 612 5676 1349 LUTMAN DR
  • JB ANDREWS , MD 20762-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 31, 2023 10:54 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >