SOURCES SOUGHT
S -- Command Reutilization and Disposal Services
- Notice Date
- 4/23/2025 2:43:10 PM
- Notice Type
- Sources Sought
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893625R0032
- Response Due
- 5/8/2025 12:00:00 PM
- Archive Date
- 05/08/2026
- Point of Contact
- Rachelle Todd, Phone: 7607934226, Shana Hwang, Phone: 7607933964
- E-Mail Address
-
rachelle.r.todd.civ@us.navy.mil, shana.m.hwang.civ@us.navy.mil
(rachelle.r.todd.civ@us.navy.mil, shana.m.hwang.civ@us.navy.mil)
- Description
- (1) INTRODUCTION AND PURPOSE: The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 493110 for General Warehousing and Storage, and to solicit feedback on the attached DRAFT Statement of Work (SOW) and accompanying Standard Operating Procedures (SOPs). Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy for this procurement and make appropriate determinations about potential sources. No solicitation is currently available and as such this is not a request for proposal and in no way obligates the Government to award any contract. A decision to set aside all or part of this requirement is dependent upon a review of the information submitted in response to this sources sought. After reviewing responses to this announcement, a synopsis and/or solicitation announcement may be published. (2) PROGRAM DESCRIPTION: This requirement is for reutilization and disposal services for NAWCWD China Lake and Naval Base Ventura County (NBVC) Point Mugu, Port Hueneme, and San Nicolas Island (SNI); disposal may be through the Defense Logistics Agency (DLA) Disposition Services, formerly known as the Defense Reutilization and Marketing Office (DRMO), base recycling, and other disposal methods. This requirement is for the disposal of excess equipment and material that the Government has accumulated over many years. The excess equipment and material are Government Property, which includes, but is not limited to non-consumables, consumables, furniture and other property used, consumed or expended in the course of NAWCWD performance. (3) REQUIRED CAPABILITIES: Please refer to the attached DRAFT SOW for specific requirements. (4) PLACE OF PERFORMANCE: Primarily China Lake, CA; Point Mugu, CA; San Nicolas Island, CA (5) CONTRACT TYPE: The Government is considering a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: The attached DRAFT SOPs are intended to be procedural. (8) CONTRACTOR RESPONSE: Any firm believing it can fulfill the requirement identified above and within the attached DRAFT SOW may submit a written response. The written response shall reference solicitation number N6893625R0032 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work. Contractor responses shall also include the following information: A reference to the solicitation number N6893625R0032 and brief title of this announcement; Company name and address; Company's point of contact name, phone number, and e-mail address; Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified); If your company is a Small Business, specify if your company is 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; Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners; A brief capabilities statement package (no more than 5 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above and within the attached DRAFT SOW; An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Feedback on the draft SOW and SOPs requirement (no page limit) Questions and comments are highly encouraged. Vendors should appropriately mark any data that is proprietary or has restricted data rights. The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about August 2025. Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. (POCs information auto-populates via table above.) 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. Access to CUI is limited to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). DD2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code�s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/41cdd8028c804b93b9687e428effd8bf/view)
- Record
- SN07419405-F 20250425/250423230055 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |