SOURCES SOUGHT
Z -- Demilitarization
- Notice Date
- 4/24/2012
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Navy, Naval Special Warfare Development Group, U.S. Special Operations Command, Naval Special Warfare Group 2, Annapolis Detachment, 7520 Connelley Drivie, Suite M, Hanover, Maryland, 21076, United States
- ZIP Code
- 21076
- Solicitation Number
- N00074-12-T-0003
- Archive Date
- 6/9/2012
- Point of Contact
- Keith Crider, Phone: 443-867-1137
- E-Mail Address
-
kcrider@navsoc.socom.mil
(kcrider@navsoc.socom.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY AND NOT A REQUEST FOR TECHNICAL PROPOSAL OR SOLICITATION FOR BID The Naval Special Warfare Command detachment Annapolis is identifying potential sources possessing the capabilities, experience, and expertise necessary for a potential new business opportunity involving the disposition of obsolete and unserviceable submersible craft components through sales contract(s). The purpose of this sources sought is to gain knowledge of the potential sales buyers who show an interest in competing and performing a sales contract. This notice is for information and planning purposes only and is not to be construed as a commitment by the government. The government will not pay for the information. Potential sources are being sought to demilitarize U.S. Armed Forces submersible craft components and disposal through recovering and recycling resulting (potentially high value) scrap or residue. Demilitarization (DEMIL) is the act of destroying military offensive or defensive advantages inherent in certain types of equipment or material. The disposal process may include disposal of hazardous waste, drain and purge of petroleum, oils and lubricants (POL), and removal of other potentially hazardous materials such as composites, and coolants. Disposal is defined as the end of life tasks or actions for residual materials resulting from demilitarization or disposition operations. All residues from scrapping operations will be removed and disposed of by the sales contractor in accordance with Federal, State and local regulations. This synopsis is to determine the feasibility of using a sales contract methodology to handle the disposal solutions of craft assets and identify potential buyers that are interested in scrapping and recovering resulting material. Prospective sales contractors must have the knowledge and technical expertise of all Federal, State, and Local environmental requirements that would allow for safe demilitarization, scrapping and recycling. The U.S. Armed Forces estimate for FY 12 is approximately one craft. The majority of the craft will be located at, but not limited to, Hanover, MD, Portsmouth, NH, and Pearl City, HI. A potential competitive sales contract offering could result for this craft. Potential components offered for sale may be sold individually in one time contracts or in lots on term contracts, depending on the type and quantity of component and location. Advertisements will be posted in Federal Business Opportunities. DLA Disposition Services uses a two-step process. In the first step of the process, interested bidders will respond to a Request for Technical Proposal (RFTP) whereby they explain their scrap operation and hazardous material program based on the Government's requirements. In step two, potential bidders whose proposal has been determined acceptable by DLA Disposition Services are then invited to submit a bid. The highest responsive/responsible bidder is awarded a contract. This sources sought announcement is not a Request for Technical Proposal nor should it be construed as an obligation on the part of the Government regarding the disposal method selected for this craft. The Government will not reimburse for any costs associated with preparing or submitting a response to this announcement. All interested sources must respond separately to future solicitations to this announcement. Any response from potential offers to this announcement shall be limited to 15 pages and must include the following information: - Name, Address, Phone Number, Point of Contact and e-mail address - A description of your company's experience and capabilities for Demilitarization Disposal of hazardous materials Recovery/recycling of scrap residue Safety and environmental compliance with disposal - Describe your capability to provide personnel, equipment, and operations to support the disposal in various locations throughout the United States. - Describe your usual contract type, terms, and conditions. - Include an assessment of feasibility of using a sales contract methodology that is inclusive of meeting demilitarization, removal and/or remediation of hazardous materials, and subsequent recycling of residue. - Include at least 3 examples where the offeror demonstrated the capability to execute the requirements of comparable work within the last 5 years. - Offerors should include a brief description of each project, customer name, customer satisfaction and timeliness of the performance. Potential offerors are encouraged to submit the above information no later than 23 September 2012, 1500 EST. Submissions should be sent to ETC Keith Crider, NSWC Program Analyst, keith.crider@navsoc.socom.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/N47898/N47898/N00074-12-T-0003/listing.html)
- Place of Performance
- Address: NSWC Detachment Annapolis, 7520 Connelley Dr. Ste M, Hanover, Massachusetts, 21076, United States
- Zip Code: 21076
- Zip Code: 21076
- Record
- SN02730396-W 20120426/120425000313-ee40a99179f116ad5a282c17b8ed9c37 (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 |