SOURCES SOUGHT
M -- Classified Material Destruction Facility (CMDF)
- Notice Date
- 7/25/2008
- Notice Type
- Sources Sought
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
- ZIP Code
- 28310-5000
- Solicitation Number
- SOURCESSOUGHTNOTICE
- Response Due
- 8/15/2008
- Archive Date
- 10/14/2008
- Point of Contact
- terry.t.davis@us.army.mil, 910-643-7515
- Small Business Set-Aside
- N/A
- Description
- The Mission and Installation Contracting Command, Regional Contracting Center-Fort Bragg, has a requirement for the operation and maintenance of the Classified Material Destruction Facility (CMDF) in support of the Division of Emergency (DES), Security and Intelligence Division, located on Fort Bragg, North Carolina. The purpose of this Sources Sought Notice is to gain market knowledge of potential small business sources and their size classifications: HubZone, 8(a), Small Disadvantaged Business, Women-Owned Business, Veteran Owned Business and Service Disabled Veteran Owned Business relative to North American Industrial Classification Code (NAICS) 561499, All Other Business Support Services, with a small business standard not to exceed $6.5M average annual revenue for the previous three years. The CMDF is the only such type U.S. Army Forces Command installation-level destruction facility on the East Coast, processing a combined total of approximately 10,000 pounds of classified/sensitive materials per week, which includes, but is not limited to: Privacy Act Data, For Official Use Only (FOUO), and Personal In Nature, etc. Typical work will consist of the destruction of classified/sensitive materials by incineration, disintegration or shredding at designated facilities located on Fort Bragg, North Carolina. The Contractor shall obtain a SECRET Facility Clearance IAW the provisions of DoD Manual 5220.22-M. Any employee(s) shall also have a SECRET security clearance prior to commencement of any work at the CMDF. This will be accomplished prior to the contract start date. The Contractor and his/her employee(s) must be familiar with the requirements for handling, destroying, and inadvertent disclosure to classified information at levels beyond their security clearance. The Contractor shall provide supervision of their employees and provide a trained individual(s) to staff and operate the facility during hours of operations. The individual(s) must be trained in the operation of large motor-driven and fuel-fired equipment, as well as, safety procedures. Responses to this Sources Sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this Sources Sought announcement, a synopsis and/or solicitation announcement will be published at a later time. Responses to this notice shall include the company name, address, point of contact, telephone and fax number, e-mail address, DUNS Number, size of business pursuant to the NAICS and must respond to the following questions: 1) Is your business a small business under NAICS Code 561499? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HubZone firm? 5) Are you a Women-Owned or operated business? 6) Are you a certified Service Disabled Veteran Owned or Veteran Owned business? 7) Are you a large business? Please provide a capability statement (no more than five (5) pages) addressing your organizations ability to perform as a prime Contractor for the work described in the draft PWS. All eligible firms responding to this Sources Sought must ensure their response is complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform this requirement. This market research does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. The Government will not reimburse the firms for any cost incurred for their participation in this survey. All responses may be submitted via email to terry.t.davis@us.army.mil. No other method of transmittal will be accepted. All capability statements and questions must be received by August 15, 2008. Telephonic requests will not be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c268d37c333d2c636d3be1cc94337429&tab=core&_cview=1)
- Place of Performance
- Address: Mission and Installation Contracting Command, Fort Bragg-Regional Contracting Center ATTN: SFCA-SR-BR, Building 2-1105, Macomb Street Fort Bragg NC
- Zip Code: 28310-5000
- Zip Code: 28310-5000
- Record
- SN01622995-W 20080727/080725222041-dbfb4a5bf088ceadb46e05202e75c0d7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |