SOURCES SOUGHT
S -- COMMAND REUTILIZATION AND DISPOSAL SERVICES
- Notice Date
- 12/10/2020 3:01:59 PM
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893621R0007
- Response Due
- 1/15/2020 5:00:00 PM
- Archive Date
- 01/15/2021
- Point of Contact
- Ashley Bruce, Phone: 7609398996, Christopher N. Bigelow, Phone: 7609392530, Fax: 7609398107
- E-Mail Address
-
ashley.c.bruce@navy.mil, christopher.bigelow@navy.mil
(ashley.c.bruce@navy.mil, christopher.bigelow@navy.mil)
- Description
- (1) INTRODUCTION AND PURPOSE:� The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 493110 for General Warehousing and Storage which has a corresponding size standard of $30,000,000 in average annual receipts.� Additionally, this sources sought is intended to solicit feedback on the attached DRAFT Statement of Work (SOW) and accompanying Standard Operating Procedures (SOPs).� All interested parties are encouraged to provide comments and ask questions regarding the DRAFT SOW and SOPs; however, no questions regarding a potential solicitation will be answered at this time.� Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources.� No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract.� A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought.� After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for reutilization and disposal services to support Naval Air Warfare Center Weapons Division (NAWCWD), Navy Supply, Navy Region Southwest, and Moral, Welfare and Recreation employees located at China Lake; Point Mugu, Port Hueneme, and San Nicolas Island (SNI).� The tasking includes identifying, preparing and transporting of Government properties to a central processing site and disposal of Government properties that are either to be reutilized or disposed of.� Government properties vary vastly and can reside in rooms, hallways, closets, buildings, outside of buildings, fenced parking lots, dirt lots, and/or out in the open fields within the land ranges.� The Contractor shall provide scheduling, delivery, pickup, and processing of secure shred bins to various locations in support of NAWCWD China Lake and Point Mugu. The Contractor shall provide shred services at China Lake and Point Mugu, and be available to back-up each of the NAWCWD sites. The contractor shall assist with pickup, transportation, and restoration of Navy property located on center and off center that has been identified by the Government as being of historical value. (3) REQUIRED CAPABILITIES: Please refer to the attached DRAFT SOW for specific requirements. (4) PLACE OF PERFORMANCE: Government Site, primarily at China Lake, Point Mugu, and San Nicolas Island, CA (5) CONTRACT TYPE: The Government is considering a cost plus fixed fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: The attached DRAFT SOPs are intended to be procedural. (8) CONTRACTOR RESPONSE:�� Any firm believing it can fulfill the requirement identified above and within the attached DRAFT SOW may submit a written response.� The written response shall reference solicitation number N6893621R0007 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: A reference to the solicitation number N6893621R0007 and brief title of this announcement; Company name and address; Company's point of contact name, phone number, and e-mail address; Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business; Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT SOW;� An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted.� Feedback on the draft SOW and SOPs requirement (no page limit) Questions and comments are highly encouraged. Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Responses shall be submitted by e-mail to the point(s) of contact listed above no later than the due date included in this notice. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI.� See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dc503d6a01d047f79103d7a7e67678b5/view)
- Record
- SN05871640-F 20201212/201210230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |