Command Re-Utilization and Disposal
INTRODUCTION: The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking qualified vendors to provide disposal services of Government Property no longer in use or needed. This... INTRODUCTION: The Naval Air Warfare Center Weapons Division (NAWCWD) at China Lake, CA is seeking qualified vendors to provide disposal services of Government Property no longer in use or needed. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. 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. BACKGROUND: The Government has a massive backlog (20 plus years) of excess equipment and materials that need to be disposed of. The equipment and materials are located at NAWCWD China Lake, Point Mugu and San Nicolas Island, CA. All excess equipment and materials are Government Property that includes, but not limited to: non-consumables, consumables, furniture, and other items used, consumed or expended in the course of NAWCWD performance. REQUIREMENTS: Refer to the attached Performance Work Statement (PWS). The Contract Type is anticipated to be Firm Fixed Price (FFP). The contract period of performance is anticipated to be 2.5 years. The total level of effort is estimated to be approximately 17,920 man-hours for 2.5 year. Travel may be required as specified in the PWS. The services will be performed at the locations IAW the PWS. ELIGIBILITY: The applicable NAICS code for this requirement is 493110. The Product Service Code (PSC) for this requirement is S215. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in the PWS. This documentation must address, at a minimum, the following: 1. Title of the DRAFT PWS you are submitting a capabilities statement package to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company size for NAICS 493110 size standard $27.5M. 4. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not 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. 5. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in the PWS. 6. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in the PWS. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's technical ability or potential approach to achieving technical ability specified in the PWS. 10. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking. 11. Security requirements. The contractor's capacity briefing shall address if contractor has current DD254, if the proposed employees have current Secret Security Clearance and if said employees have current "courier card "for transporting classified equipment/materials/documents. 12. The contractor shall address if the contractor has an adequate cost accounting system with the cognizant Defense Contract Audit Agency (DCAA) office which has oversight of the contractor's accounting system. The capability statement package shall be submitted by e-mail to the Contract Specialist (CS), William Glenn at william.s.glenn@navy.mil by no later than 10:00 a.m. Pacific Time on 24 February 2019. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this sources sought WILL NOT be returned. Classified material SHALL NOT be submitted. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »