Colorado Bids > Bid Detail

USAFA Mitchell Hall Uniforms BPA

Agency:
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
  • S - Utilities and Training Services
Opps ID: NBD00159151375634104
Posted Date: Jan 12, 2024
Due Date: Jan 23, 2024
Source: https://sam.gov/opp/e446f6fb81...
Follow
USAFA Mitchell Hall Uniforms BPA
Active
Contract Opportunity
Notice ID
2024MitchellHallUniforms
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
U
Sub Command
S
Sub Command 2
AIR FORCE ACADEMY
Office
FA7000 10 CONS LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jan 12, 2024 12:12 pm MST
  • Original Response Date: Jan 23, 2024 02:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 315210 - Cut and Sew Apparel Contractors
  • Place of Performance:
    USAF Academy , CO 80840
    USA
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 2024MitchellHallBPA and shall be used to reference any written responses to this source sought.



The United States Air Force Academy anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 315210. The size standard for NAICS is 750 employees.



The requirement is to establish multiple BPA’s to provide uniform items (from specific manufacturers), to include embroidery and screen printing, for nearly 150 Mitchell Hall employees including cooks, wait-staff, warehouse workers, cleaners, and their supervisors on an as needed basis. These products support the mission of the United States Air Force Academy (USAFA) by properly clothing employees that are responsible for preparing, serving, and cleaning meals for over 4,000 USAFA cadets.



Salient Characteristics: See Attachment 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: andrew.richardson.25@us.af.mil and april.delobel.1@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 23 Jan 2024 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.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 12, 2024 12:12 pm MSTSources 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 >