THIS IS A Sources Sought Notice ONLY. The US Government to procure US Army branded t-shirts to help aid in recruitment efforts. T-shirts shall be Berry Amendment compliant and able to meet the following descriptions:
1. USA made, tag less, 3.8 – 4.3-ounce, tri-blend (50% polyester, 25% cotton, 25% rayon) Shirt shall be no pill, low shrinkage, and wrinkle resistant. The tag-less label in each shirt shall indicate the care instructions for the t-shirt, label shall be printed on each shirt. Shirt color will be black.
2. USA made, tag less, 5.2-ounce, 100% polyester microfiber double knit permanent inherent moisture wicking t-shirt. Shirt shall be no pill, low shrinkage, and wrinkle resistant. The tag-less label in each shirt shall indicate the care instructions for the t-shirt, label shall be printed on each shirt. Shirt color will be PMS 416C gray.
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 a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. 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 offer letter, if any is issued. The anticipated NAICS code is 315210- Cut and Sew Apparel Contractors Manufacturing. Size standard is 750 employees.
Subject Line of the email shall contain: Sources Sought Notice for PPI T-Shirts, PANMCC25P0000012327
1. Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, a statement regarding 8(a)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. Provide information of what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). If your firm is interested in competing for this requirement as a prime contractor and you plan to subcontract any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work and what percentage of work they will be performing, if available.
“Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.
3. Provide information in sufficient detail regarding relevant 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.
4. In addition, the Non-manufacturing Rule outlined by Federal Acquisition Regulations clause 52.219-33 Nonmanufacturer Rule (Sep 2021), is applicable to this requirement.
5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
6. Responses to this announcement shall be e-mailed to Ashley Brus at Ashley.a.brus.civ@army.mil and Barbara J. Jeffries at Barbara.j.jeffries5.civ@army.mil no later than 8:00 a.m. (Eastern Time) Fort Knox Local Time, 27 Mar 2025. Subject Line of the email shall contain: Sources Sought Notice for PPI T-Shirts, PANMCC25P0000012327