Sources Sought for the complete destruction of both classified and sensitive documents IAW the standards set forth in AR 380-5
REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited... REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 3 1.205-18. Bid and proposal costs, of the Federal Acquisition Regulation (FAR). (b) Although "proposal" and "offeror" are used in this Request for Information. Your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information to serve as a market survey to assist in the development of a procurement strategy. For questions regarding this RFI, please contact the Government contracting POC, Tammy J Benson via email at tammy.j.benson.civ@mail.mil. The Government seeks potential sources having experience in the destruction of classified documents up to and including Top Secret/Sensitive Compartmented Information (TS/SCI) and sensitive documents designated For Official Use Only, and all other documents that require destruction beyond recognition in accordance with the standards set forth in Army Regulation 380-5, Department of the Army Information Security Program, 29 September 2000. This reference states the following: The methods for routine destruction of classified material, shown below, are approved for use by Army commands when the "secure volume" concept is employed. The "secure volume" concept of destruction processing stresses that security is enhanced, not only by small residue particle size, but also by restricting the chances of successful reconstruction of that residue by increasing the number of pieces involved. a. Burning. A means of pyrolysis (high temperature multistage), by forced-air incinerators, or by any other incinerator or incendiary equipment which reduces the material to an ash such that reconstruction of the information is not possible. No other single destruction method has been found to be as effective, versatile, and secure, as burning. b. Shredding. Crosscut shredders are the only authorized shredders approved for use in the destruction of classified information. The crosscut shredding machine must reduce the material to shreds no greater than 1/32nd of an inch (plus 1/64th inch tolerance) by 1/2 inch crosscut. c. Pulping. Standard wet process pulpers, with a 1/4-inch or smaller diameter perforated security screen, are approved for the destruction of classified paper-based documents. d. Pulverizing. Within this category are hammer mills, choppers, hoggers, and hybridized disintegrating equipment. (1) Hammer Mills: Equipped with a 1/4-inch (6.35-mm) or less diameter security screen, hammer mills are approved for destruction of classified paper-based materials and aluminum offset plates, provided the secure volume concept is employed. (2) Choppers: Are approved for destruction of classified paper-based documents using a 3/16-inch (5-mm) diameter perforated security screen, provided the secure volume processing concept is used. (3) Hoggers and Hybridized Disintegrating Equipment: Secure volumes and a security screen size of 1/4-inch (6.35-mm) be employed for classified paper-based materials processed in these systems. The Government requests information on the potential source's knowledge, skill and capabilities in destroying in excess of 30 tons of the material mentioned above denoted as backlogged, and estimated at 10 tons annually after the backlogged material has been destroyed. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The US Army Combat Capabilities Development Command (CCDC) Aviation & Missile Center (AvMC), Redstone Arsenal, AL, on behalf of the US Army, desires to obtain information to serve as a market survey to aid in development and procurement strategy for the services described above. No award is intended as a result of this sources sought notice nor does the Government intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The CCDC AvMC has the mission to deliver collaborative and innovative aviation and missile capabilities for responsive and cost-effective research, development and life cycle engineering solutions. As such, the CCDC AvMC generates volumes of documents that are sometimes classified up to the TS/SCI level, as well as lower classified documents, For Official Use Only (FOUO) documents, and other relevant sensitive working papers. The loss or compromise of this information due to improper destruction could rise to the level of extremely grave damage to national security, which is a Risk the CCDC AvMC cannot accept. What needs to be done in order to have this service performed to standards described above, the Government seeks to identify companies that have capabilities to: a. Possess a document destruction capability or access to a facility that can destroy classified material up to and including Top Secret/Sensitive Compartmented Information (SCI). b. Possess a valid Driver's License and the capability to provide and drive a 5 Ton truck. c. Provide sufficient manpower in order to pick up and drop off approximately 3-4 tons of classified/sensitive material per each destruction run. d. Schedule a destruction run at an approved destruction facility at the TS/SCI level and coordinate between the CCDC AvMC Security POC and the destruction facility. e. Obtain base access to Redstone Arsenal in order to pick up the material at locations that have items scheduled for destruction. f. Follow the destruction facility rules in terms of weighing the load in, offloading it, and then verifying on paper that it has in fact been destroyed. g. Possess sufficient accounting capabilities in order to process all financial transactions, including charges to the CCDC AvMC and payments to the destruction facility, its own employee payroll, insurance, vehicle maintenance, and all costs associated with this operation. The purpose of this RFI is to gather information about the capabilities of performing this service as stated above. Specifically, offerors need to address the following: (1) Capability to pick up, transport, offload and ensure destruction of classified documents (2) Ability to perform all accounting actions required (3) Posses the legal authority to pick up, transport, and destroy US Government classified information. Responses: To assist in market research associated with the determination of a suitable company able to perform the required functions, the Government is requesting information from industry. Interested parties should submit white papers not to exceed 15 pages and no smaller than 12 pt. Times New Roman font. The white paper should include the following information: (1) tailored capability statements addressing the particulars of this effort (2) any additional materials that are deemed appropriate by the respondent. The objective of this process is to assess potential offerors capable of achieving the stated objectives. All questions must reference RFI W31P4Q-19-U-0005 and be submitted in writing no later than 3:00 PM Central Standard Time (CST) on Tuesday, 2 July 2019 to the contractual point of contact Tammy J Benson at tammy.j.benson.civ@mail.mil; telephone requests for addition information will not be honored. Question submittals must also include: Company name, Commercial and Government Entity (CAGE) code, and appropriate point of contact information. All RFI responses must be submitted to the contractual point of contact, Tammy J Benson at tammy.j.benson.civ@mail.mil no later than 3:00 PM CST on Tuesday, 16 July 2019. The Government requests that the respondents deliver one electronic copy in Microsoft Word or Adobe PDF format. Responses to this RFI may NOT be submitted via facsimile or hand delivered. Any so sent will be disregarded. In addition to the information provided above, all responses to this RFI must include RFI number W31P4Q-19-U-0005, company or institution name, CAGE code, and point of contact information. NO FOREIGN PARTICIPATION IS AUTHORIZED. Acknowledgement of receipt will only be issued if a return receipt is requested with the submission. Please do not submit any classified information. All information submitted shall be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. The Government reserves the right to request further clarification or request presentations to enhance the Government's understanding of the respondent's submittal. Submissions that fail to comply with the above instructions or present ideas that are not pertinent to the subject may not be reviewed. This is a request for information purposes only. This notice does not constitute a commitment by the US Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No award is intended as a result of the RFI. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. In the event you have difficulty reading this RFI, please contact Tammy J Benson via email at tammy.j.benson.civ@mail.mil for a copy of this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »