Used Luggage & Baggage
1. Introduction/ Purpose The Transportation Security Administration (TSA) is issuing this Sources Sought to identify qualified and capable industry sources (from both large and small businesses) for s... 1. Introduction/ Purpose The Transportation Security Administration (TSA) is issuing this Sources Sought to identify qualified and capable industry sources (from both large and small businesses) for soft-sided and hard-sided used luggage/baggage with specific contents that mimic the type and variety of luggage normally carried in airports. This Sources Sought is being conducted for market research purposes only. Responding to this Sources Sought does not guarantee an award of a contractual agreement, nor does the Government guarantee that a solicitation will be issued as a result of this Sources Sought. 2. Technical Requirements The procured products shall meet the following requirements: 2.1. The Vendor shall provide soft-sided and hard-sided used luggage/baggage in a variety of sizes meeting the requirements listed below: • All used luggage must be clean and free from strong odors, any chemical staining and/or discoloration, dirt, hair or debris. • Used luggage must be in good working order with functional latches and/or zippers, and undamaged handles and wheels, where applicable. • All luggage must be completely closed by a zipper, buckle or clasp. Open or drawstring bags will not be accepted. • Each used luggage shipment must contain an assortment of various sized and colored used luggage that mimic the type and variety of bags currently carried by the traveling public. TSA will not accept a shipment containing only luggage of the same size. • Damaged luggage where the outer shell is cracked, torn or punctured will not be accepted. An exception will be made for minor damage to the interior lining or compartments of the used luggage. Cosmetic imperfections such as scuffs, scrapes or discoloration are permitted. • Each Shipment will contain the following types of Bags [either the Standard-mix or the Custom -mix. No combinations of the two anticipated CLINs will be authorized on this Blanket Purchase Agreement (BPA) Contract]. 2.2. Type of Luggage: • Large-sized Roller Bags 19"L x 13-1/2"W x 28"H • Medium-sized Roller Bags 17"L x 12-1/2"W x 25"H • Small/carry-on* Roller Bags 14"L x 10"W x 21"H** o *Small/carry-on used luggage may include briefcases, backpacks, large purses and duffel bags, as are normally carried in airports. o **Do not provide any bags smaller than this. 2.3. Type of K-9 Luggage: • Custom Luggage Mix [Any Deviation from the (Standard-mix immediately above) 2.4. Used CLothing and Toiletries: • Each piece of used luggage, regardless of size, must be at least 50% filled with a variety of clean, used clothing, outwear, hats, shoes, and handbags. • Each piece of used luggage must contain a minimum of three toiletry items. The toiletries cannot be the same in each piece of luggage. All luggage must contain an assortment of toiletry items packaged in a mixture of zip locked bags and cosmetics bags. •Toiletry items must be in good condition with no leaking contents. Toiletry items must be chosen from the following list: deodorant, lotion, shampoo, conditioner, soap, toothpaste, toothbrush, mouthwash, facial cleanser, shaving cream, after-shave, wet wipes, hair spray, and contact lens solution and suntan lotion. Contractor will ship used luggage/baggage with contents meeting the requirements listed above. 3. Response Information 3.1. Cover Letter (1 Page) The cover letter must clearly identify the following information: 1) Company's Name 2) Company's Address 3) DUNS Number 4) CAGE Number 5) Point of Contact(s) (Name, title, email, and phone number) 6) Identify your business size - large, small, small disadvantaged, 8(a)-certified small disadvantaged, HUBZone small, woman-owned small, veteran-owned small, service-disabled veteran-owned small - based upon NAICS Code 453310 - Used Merchandise Stores, which possesses a Small Business Size Standard Threshold of $7,500,000. 7) If applicable, identify related contract vehicles/schedules (i.e. MAS, GWAC, DWAC, etc.) that you're under, which we could use to solicit the requirement. 3.2. Contractor's Capabilities Statement (2 Pages) In order for TSA to improve its understanding of market capabilities and identify qualified vendors that are capable of providing the requirement; the Contractor's response must, through a narrative description, identify their firm's capabilities to meet the requirements identified under Section 2, and what experience you have providing similar and/or same services to other State and Federal Agencies. When identifying current or past experience, please identify the following: 1) Name of Agency 2) Point of Contact (name, title, phone, and email) 3) Contract/Task Order Number 4) Contract Type 5) Period of Performance 6) Total Contract Dollar Value 7) Scope of the Contract/Task Order 8) Brief Description of the Work completed within the Scope of the Contract/Task Order 4. Submission of Information Please send responses with a subject heading of "Used Luggage/Baggage - Sources Sought (COMPANY NAME)". Send your capability statements and any questions to Jose Picon at Jose.Picon@tsa.dhs.gov and Kurt Allen at Kurt.Allen@tsa.dhs.gov by 10:00 AM Eastern Time on 20 August 2019. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps (www.fbo.gov). Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. This Sources Sought Notice is issued solely for informational and planning purposes only and is not a solicitation. A Government requirement for this service is being developed, and a contract may or may not result. 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. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »