MODIFICATION
R -- F-35 JPO Shredding Services
- Notice Date
- 11/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- JSF-RFI-16-0001
- Point of Contact
- Darla Curnutte, Phone: 937-713-7641, Clifford Stevens, Phone: 7036025056
- E-Mail Address
-
darla.curnutte@jsf.mil, clifford.stevens@jsf.mil
(darla.curnutte@jsf.mil, clifford.stevens@jsf.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The F-35 Lightning II Joint Program Office (F-35 JPO) is requesting information pertaining to on-site regular recurring shredding and destruction of Controlled Unclassified Military Information, Proprietary and U.S. Only Information for the F-35 JPO. BACKGROUND The F-35 program is the Department of Defense's (DoD) next generation strike aircraft weapon system for the U.S. Navy, Air Force, Marines, and our allies. The F-35 brings cutting-edge technologies to the battle-space of the future. The F-35's advanced airframe, autonomic logistics, avionics, propulsion systems, stealth, and firepower will ensure that the F-35 is the most affordable, lethal, supportable, and survivable aircraft ever to be used by so many warfighters across the globe. PURPOSE The contractor shall provide all labor, material, transportation necessary to provide on-site shredding services for the F-35 JPO. The contractor must be NAID (National Association of Information Destruction) certified and the level of certification must be AAA. The average shred size shall be no larger than 1/2" x 1/8." The contractor shall be responsible for collecting only the material placed within the provided collection consoles. No overflow or oversized items will be collected unless prior written coordination with the COR and TPOC has been exercised. The Government will post signs above each console instructing personnel on the type of material authorized to be placed in the consoles but the Government will be responsible for checking the bags for unauthorized material prior to pick up. The contractor shall provide services in Arlington, VA. TASKS TASK 1 - PROVIDE COLLECTION CONSOLES The contractor shall provide forty (40) secure and locked collection consoles in accordance with the locations listed below within five business days of purchase order award. Each collection console shall have an identification number or name. The collection consults shall be top-load or front load constructed of metal and capable of holding approximately 36 gallons and have a footprint of less than 2 sq. ft. The contractor shall provide one key and/or master key to each of the collection consoles to the F-35 Technical Point of Contact (TPOC). The government will identify, track and update the specific location of each collection console by the unique tracking number/name at each facility. The government will notify the contractor of any collection console location changes during each contractor visit. TASK 2 - PROVIDE SCHEDULED SHREDDING SERVICES The contractor shall perform shredding services to the F-35 JPO on a weekly basis. The service includes shredding all materials disposed of in the contractor provided collection consoles at the identified locations. The contractor shall check in with the F-35 JPO Visitor Control Desk at each location on a weekly basis. The Government will provide the contractor an F-35 escort for the duration they are on-site performing pick-up and shredding services. The F-35 escort will be present during the entire shredding process. The contractor shall complete and provide a Certification of Destruction containing the following information to the F-35 escort upon completion at each location. The Certification of Destruction shall contain the following: • Date of Destruction • Name(s) of individual(s) performing destruction • Facility where material was collected from • List of collection console numbers/names from which material was collected • Pounds of material destroyed (if metric is readily available) TASK 3 - PROVIDE UNSCHEDULED SHREDDING SERVICE On an annual basis the contractor shall provide either two 96-gallon or three 64 gallon lockable bins on each floor in support of the JPO annual clean-out week. The contractor shall coordinate in advance with the Government to schedule a designated week to provide the lockable bins and perform the shredding service. In addition to the scheduled weekly shredding schedule identified in Task 2 the contractor shall also shred the materials in the 96-gallon bins. Occasionally, throughout the period of performance (PoP) a request for an unscheduled shredding service to one or more of the JPO locations may be required. If this occurs, the COR will submit a written request for an additional on-site visit listing the facility and collection consoles requiring service. These special unscheduled requests for shredding service are anticipated to be kept to a minimum and are only anticipated to be initiated when the protection of CUMI is in jeopardy. RFI RESPONSE INSTRUCTIONS Provide the requested information in the attached questionnaire (no substitutions, additions or deletions). Provide responses, limited to the topics below, bound by sectional page limits as outlined. A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the below questionnaire is in addition to the outlined page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the completed questionnaire and any comments on the tasks. The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI in order to be eligible to propose on the planned Request for Proposal (RFP). However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing services similar to those described in the tasks. Any questions and responses should be submitted to Ms. Darla Curnutte at darla.curnutte@jsf.mil no later 4 Dec 2015, 3pm EST. RESPONSE TOPICS Topic 1: The Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the tasks outlined above. Specifically, the Government requests that respondents complete the attached questionnaire and indicate their capability of performing each task. This RFI is for market research purposes only and is not part of any down-selection process. (No more than 3 pages) Topic 2: The Government anticipates that this will be released under the NAICS 561990 All Other Support Services. Under this classification, small business is identified as a business having less than $11M in annual revenues. The Government welcomes responses from industry, to include small business as well as large business. Provide a subcontracting strategy how small business, small disadvantaged business, woman-owned small business, HUBZone small business, veteran owned small business, and service disabled veteran owned small business, would best be incorporated in the overall performance of this effort. (No more than 2 pages) Topic 3: The Government welcomes comments from industry on perceived ambiguities in the tasks, for example requirements that are incomplete, unclear, or in conflict, consequently making it difficult to estimate the work required. (No more than 2 pages) DISCLAIMER The Government does not intend to award a Contract on the basis of this RFI. This is not a Request for Proposal (RFP). This RFI is issued solely for information and planning purposes and does not constitute a solicitation. 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. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/JSF-RFI-16-0001/listing.html)
- Place of Performance
- Address: F-35 Lightning II Joint Program Office, Arlington, Virginia, 22202, United States
- Zip Code: 22202
- Zip Code: 22202
- Record
- SN03954236-W 20151126/151124234921-f0870a852bdd05b183a1834fb3913014 (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 |