Federal Bid

Last Updated on 30 May 2006 at 4 AM
Sources Sought
Location Unknown

84--- Swimsuit, Female, Two Piece

Solicitation ID HSCG23-05-R-PUD613
Posted Date 02 Dec 2005 at 5 AM
Archive Date 30 May 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location United states
THIS AMENDMENT REPLACES THE SYNOPSIS THAT WAS POSTED ON JUNE 20, 2005 IN ITS ENTIRETY. The U.S. Department of Homeland Security intends to release a Request for Proposal with a Specification to acquire swimsuits in a two piece design known as a tankini style. The swimsuit will be part of the recruit training uniform for all military USCG female personnel. The suit shall provide sufficient modesty and a professional appearance appropriate for use in a military training setting. The swimsuit shall be durable enough to provide for normal wear during training and for use during assignments beyond basic recruit training. The top shall have a full front liner with an attached foam support cup bra with under bust elastic. The brief shall have a full front liner panel, an encased elastic waistband and encased elastic leg openings. The front and back joining seams (side seams) of the top and brief shall be safety stitched. The fabric shall be navy blue and approximate the shade of the sample provided by the USCG. The swimsuit’s fabric and content must conform to the standards of the American Society for Testing and Materials (ASTM) D3787, American Association of Textile Chemists and Colorists (AATCC) Method 135, AATCC Method 61, AATCC Method 8, AATCC Method 107, AATCC Method 15, AATCC Method 106, AATCC Method 129 and AATCC Method 16. Each offeror shall be required to certify that the basic material, lining, bra support, elastomeric fabric, and thread conform to the requirements specified. Moreover, each bidder shall provide a copy of the results of textile testing performed by an independent laboratory in accordance with the ASTM and AATTC standards previously stated. This requirement will be procured as a commercial item using the commercial item procedures in accordance with FAR Part 12. The USCG will utilize a down-selection procurement process. In Phase One of the process, the USCG will award up to three Indefinite Delivery Indefinite Quantity (IDIQ) contracts using the source selection process. One of the awards will be totally set-aside for small businesses. Subsequent to award, delivery orders will be issued under each contract for the guaranteed minimum quantities. In Phase Two of the process, after the contracts (basic award and initial delivery orders) are awarded in Phase One and all deliverables have been accepted (compliant with all contract requirements) by the USCG on a specified date, the deliverables will be validated against the contractor’s initial respective proposal. At the conclusion of Phase Two, the overall single best value will be selected as the full tankini production contractor. The goal of this process is to determine the best overall buy for the USCG. The NAICS Code is 315239 with a size standard of 500 employees. The USCG anticipates posting the RFP on the Federal Business Opportunities Website in December 2005. All questions concerning the synopsis should be directed to Arita Tillman, the Contract Specialist at [email protected] and Linda B. Dearing, the Contracting Officer at [email protected]
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Jun 2005 at 5 AM
Usaf academy Colorado 26 Dec 2002 at 5 AM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Boston Massachusetts 16 Jul 2025 at 7 PM
Portland Oregon 28 Oct 2025 at 9 PM
Portland Oregon 28 Oct 2025 at 9 PM