The U.S. Army Product Manager Soldier Clothing and Individual Equipment (PM-SCIE) is conducting a market investigation to identify domestic manufacturers that can provide complete Army Green Service Uniforms (AGSU). No samples are requested. Any provided samples are at no cost to the Government and will not be returned to the Vendor. The following information shall be included in the written response:1. Company address, telephone number, primary contact(s) with e-mail address(es).2. Business size (i.e., small/large/HUB Zone), and Cage/DUNS numbers.3. A statement of capability demonstrating background, experience, skills, ability and availability to fulfill the Government's requirements described herein, this can also include current or past performance of providing similar products to the Government. Describe past experience in the manufacturing of high quality, optional purchase military officer dress uniforms. Show past experience in manufacturing, stock management, and on-order
shipping of dress uniforms.4. All assumptions, including any assumed/required Government support.5. No Government furnished material will be provided. The Government will provide specifications for approved fabrics. Vendors will use Berry Amendment compliant sources of supply for uniform fabrics. Provide projected fabric lead times, estimated costs per square yard for the fabrics, and a letter of commitment from the identified supplier(s) to accept an order and begin fabric production in sufficient quantities within 15 days of Prime contract award.6. A statement demonstrating your full understanding of the resources required to finance a Prime manufacturing and integration contract to provide complete, very high quality, dress uniform ensembles for the entire U.S. Army. An ensemble would include dress coat, two pairs of pants, long sleeve shirt, short sleeve shirt, one pair leather oxfords, two pairs of socks, garrison cap, belt with buckle, all-weather coat, and six rank patches. Include a statement from your financial institution verifying that your company has the resources to accomplish the scope you describe.7. Describe your process for handling AGSU patterns and your experience manufacturing dress uniforms.8. Describe your ability to accept patterns in the Government provided format (Gerber AccuMark V8.3 - V10.3) and capabilities to rapidly modify AGSU patterns to accommodate Government directed design changes.9. Designate which items you would manufacture and which you would subcontract. Describe your manufacturing capabilities in detail including equipment, facilities, and quality management systems. Describe your role in the proposed subcontracts.10. Describe your ability to deliver Product Demonstration Models for the AGSU ensembles within 90 days of a potential contract award.11. Show how your company could produce 64,000 AGSU ensembles in the following schedule:a. Produce 24,000 AGSU ensembles by the 10th month following Prime contract award.b. Continue production at a rate of 8,000 AGSU ensembles per month from the 11th to the 15th months after Prime contract award.12. Show how your company could deliver 8,000 kitted AGSU ensembles per month to 26 Advanced Individual Training (AIT) locations, with deliveries starting on the 10th month following Prime contract award and running through the 15th month after Prime contract award.13. Describe how your company would provide special services for on-time delivery of kitted ensembles. Services may include Soldier sizing at AIT locations, Soldier size and data collection, inventory management, kitting and delivery of ensembles within 7 calendar days from receipt of orders, and exchanges of incorrectly fitting or defective items.The findings from this Market Research will influence future solicitations related to this requirement. This Market Research is not a solicitation and the Government is not requesting proposals at this time. This is a market survey for planning purposes only. The Government is also requesting that restrictive or proprietary markings not be used in response to the RFI. The information received under this announcement may be used for developing acquisition strategy and refining operational requirements. Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, which are not submitted in MS WORD and/or MS EXCEL or PDF format, will be rejected. Replies must address all of the information requested above.No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the Government. Interested parties shall respond no later than 1700 EDT on July 12, 2019.FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes, applies herein.Responses to this notice are to be sent via email to Mr. Blaise Liess at
blaise.p.liess.ctr@mail.mil and Ms. Jodee Mhoon at
guyla.j.mhoon.ctr@mail.mil.Address any questions about this RFI to Mr. Blaise Liess via e-mail at
blaise.p.liess.ctr@mail.mil.