Cooperate Recycling Volume and Reduction of Waste
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Dec 13, 2022 08:42 am EST
- Original Response Date: Jan 18, 2023 10:00 am EST
- Inactive Policy: Manual
- Original Inactive Date: Mar 18, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- 562211 - Hazardous Waste Treatment and Disposal
- Place of Performance: Portsmouth , VAUSA
Description
MARKET RESEARCH/REQUEST FOR INFORMATION. NO SOLICITATION DOCUMENT EXISTS.
Norfolk Naval Shipyard (NNSY) CVN Industrial Repair Contracting Division is conducting a market survey to determine the availability of Large or Small businesses capable of providing contractor services for recycling and volume reduction (at multiple site’s) of Naval Nuclear Propulsion Program (NNPP) radioactive solid and liquid waste, in accordance with the attached Draft Performance Work Statement Attachment 1. As stated earlier, no formal solicitation exists for this requirement, though one may be issued in the near future. The purpose of this notice is for the sole purpose of conducting Market Research in accordance with Federal Acquisition Regulation (FAR) Part 10 that of market research to identify vendors who are capable and would be interested in the above-described requirement.
The NAICS Code for this requirement is 562211, Hazardous Waste Treatment and Disposal, and the Small Business Size Standard is $41.5.
The proposed contract is anticipated to be a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) type contract.
The period of performance for this requirement will be a 12 month base year and four one-year option periods. This contract is estimated to commence in October 2024.
Responding contractors shall provide relevant past performance on same/similar work dating back 5 years and capability statement detailing their technical expertise in the mission areas. The capabilities statement must be presented in sufficient detail for the Government to determine that your company possesses the necessary mission area expertise and experience to compete for this acquisition. In addition to the above mission areas, contractors should specifically address their ability to recruit and retain employees with up to Secret clearances. Contractor’s response shall also include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees and revenue for the past 3 years. Standard company brochures will not be reviewed. All submissions shall be in a Microsoft compatible format. Submissions are not to exceed six (6) typewritten pages and shall be prepared in no smaller than 10-pitch, single-spaced with no less than a one inch margin on all sides. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor.
The Government will use the results of this announcement to determine whether or not to proceed with acquisition as sole source, or if full and open competitive procedures should be utilized.
Reponses to this Request for Information should reference N42158-23-RFI-CRVRC and shall be submitted electronically to Tina Jaurequi at Tina.jaurequi.civ@us.navy.mil AND NNSYC432@us.navy.mil no later than 10:00 AM EST on 18 January 2023. All technical questions and inquiries may be submitted within the response. The Government does not anticipate providing answers to submitted questions; however, questions will be considered when developing the solicitation. Please also include the company name, address, POC name, phone number, fax number and email, Contractor and Government Entity (CAGE Code). Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Respondents will not be notified of the results.
THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEM, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION SUBMITTED OR FOR ANY COSTS ASSOCIATED WITH PROVIDING THE INFORMATION.
NO SOLICITATION DOCUMENT EXISTS.
Attachments/Links
Contact Information
Contracting Office Address
- 1 NORFOLK NAVAL SHIPYARD BUILDING 276
- PORTSMOUTH , VA 23709-1001
- USA
Primary Point of Contact
- Tina M. Jaurequi
- Tina.Jaurequi.civ@us.navy.mil
- Phone Number 7573962207
Secondary Point of Contact
- Denise A. Sturdifen
- denise.a.sturdifen.civ@us.navy.mil
- Phone Number 7574064084
History
- Mar 18, 2023 11:58 pm EDTSources Sought (Updated)
- Dec 14, 2022 08:22 am ESTSources Sought (Updated)
- Dec 13, 2022 08:42 am ESTSources Sought (Original)