The RFP Database
New business relationships start here

IT DEVICE DESTRUCTION INCINERATION


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS


General Information 





Document Type:



Combined Solicitation/Synopsis





Solicitation Number:



N63394-19-T-0035





Posted Date:



01/24/2019





Original Response Date:



02/01/2019





Current Response Date:


 



Product or Service Code:



P- Salvage Services





Set Aside:


 



NAICS Code:



562920- Materials Recovery Facilities





 

Contracting Office Address

NAVAL SURFACE WARFARE CENTER

PORT HUENEME DIVISION

4363 MISSILE WAY

PORT HUENEME, CA. 93043-4307

 

 

 

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. 

This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01. 

The associated North American Industrial Classification System (NAICS) code for this procurement is 562920 with a small business size standard of $20.5 million. 

The Naval Surface Warfare Center Port Hueneme (NSWC PHD) has a requirement for Destruction, Incineration and Disposal services of classified Special Access Programs (SAP) Information Technology(IT) materials. Magnetic, Optical and Solid State Storage devices.

 

This contract addresses the Destruction, Incineration and Disposal of Navy Information Technology storage device components requiring destruction and incineration to ash.  By providing a solution items will be properly disposed in the most efficient manner.

 

 

STATEMENT OF WORK

DESCRUCTION, INCINERATION AND DISPOSAL

SERVICES OF VARIOUS INFORMATION TECHNOLOGY STORAGE DEVICES

 

 

1.0 BACKGROUND

 

The Naval Surface Warfare Center Port Hueneme (NSWC PHD) has a requirement for Destruction, Incineration and Disposal services of classified Special Access Programs (SAP) Information Technology(IT) materials. Magnetic, Optical and Solid State Storage devices.

 

This contract addresses the Destruction, Incineration and Disposal of Navy Information Technology storage device components requiring destruction and incineration to ash.  By providing a solution items will be properly disposed in the most efficient manner.

 

 

2.0 SCOPE OF WORK

 

The contractor shall provide all required labor, equipment, materials, and technical services to NSWC PHD for the destruction, incineration and disposal of approximately 4000 pounds of, but are not limited to, Magnetic, Optical and Solid State Storage devices from Naval Surface Warfare Center White Sands(WSMR). This effort will be performed at a secure location. This location shall have, at the minimum, secure entry, 24 hour armed guards, and 24/7 camera surveillance with recordable date and time capabilities. 

 

The materials are currently located at White Sands Missile Range, New Mexico. Only cleared personnel are authorized to transport this equipment so there can be no pick up from White Sands Missile Range from anyone but Government Employees with the authorized clearance. This cannot be accomplished locally at Port Hueneme, CA.

 

 

The contractor shall function in support of weapon system program offices at NSWC WS. These expectations include efficient management of the delivery order tasking, including accurate, on-time submittals of contract deliverables and timely identification and solution of impediments to successful project execution. Technical requirements include early involvement in the process to allow for the development of the most cost- effective and technically sound remedies. The contractor is expected to exercise an appropriate level of safety and expertise in recognizing and addressing problematic issues towards the successful execution of delivery orders. The contractor shall perform all work in accordance with federal, state, and local statutes and regulations. Remedies shall conform to environmental permit, and health and safety requirements where applicable.

 

The contractor shall supply all labor, equipment, and materials necessary to accomplish the work assigned unless otherwise specified in this document or supplied by the DoD facility where the work will be accomplished.

 

The contractor shall totally destroy incinerate to ash each item before the government will render the item as acceptable.

 

At no time can the materials be left alone or unsecured unless in an approved Intelligence Community Directive 705 facility.

 

 

 

•1.1  APPLICABLE DOCUMENTS

 

The following documents only provide guidance, direction, and scope of DoD and Navy environmental and Occupational Safety and Health (OSH) programs in weapons systems acquisition. Many documents are periodically revised and/or updated. It is the responsibility of the contractor to be familiar with all local, state and federal rules and regulations as well as applicable laws during their work assignments. The contractor shall comply with all appropriate requirements in these references.  Additional documents may be invoked; the contractor shall perform all work in accordance with federal, state, and local statutes and regulations.

 

•1.     (IAW) the National Security Agency Central Security Service (NSA/CSS) Policy Manual 9-12 Dated: 15 December 2014.

 

•2.     IAW Memorandum for Directors of the DOD Component SAPCOS  through: DOD Chief Information Officer for Special Access Programs Dated: 27 July 2017, Para 2.2.

 

 

 

 

 

 

•4.1      REPORTS, DATA, AND OTHER DELIVERABLES

 

The Contractor shall submit the following deliverables as specified in individual delivery orders issued under this contract:

 

Upon award of this delivery order, the contractor shall be prepared to execute the work within ten (10) calendar days after award of the Bill of Material.

 

 

 

Status Reports

 

The contractor shall submit semi-annually a summary and status report for work performed under this contract. The status report shall provide the following information:

 

•1.    Progress during reporting period.

•2.    Problems encountered and recommended solutions.

•3.    If necessary, an updated Plan of Action and Milestones (POA&M) illustrating current project status and projected deliverable submission dates.

•4.    Material equipment and other direct costs incurred during reporting period.

•5.    Projected work for next reporting period.

•6.    Safety briefing at each job site; the 'tailgate or back of the truck' information exchange is a critical element of positive safety habits and are signed off on by each attendee. The contractor is responsible for any additional HazMat planning, health and safety planning (HS&P) or Spill Prevention Countermeasure and Control planning (SPCC) for the job site. Furthermore, the appropriate equipment shall be furnished to execute such at the job sites.

 

 

Data Management

 

All electronic files, reports, software, hardware, references both printed and in CD ROM versions, drawings, maps, photographs, notes and other work developed in performance of this task order/contract shall be and remain the sole property of the Government and may be used on any other work without any additional compensation to the contractor. The contractor agrees not to assert any rights and not establish any claim with respect thereto. The contractor agrees to furnish all retained materials at the request of the NSWC PHD. The contractor shall be responsible for the accuracy and validity of the material presented in their reports and/or assessments. In the event of controversy or court challenge, the principal investigator may be placed under contract by the Government to testify on behalf of the Government in support of report findings.

 

 

All data submissions, technical and those concerned with schedule, performance and cost shall be provided electronically in PDF or MS Word formats.

 

 

 

 

 

5.0 PERIOD OF PERFORMANCE

 

This contract and resulting statement of work shall expire and be concluded by 30 September 2019.  All work and requirements within this SOW shall be completed to the satisfaction of the PSWC PHD and their customer.

 

 

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

 Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. 

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.  

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. The additional clauses sited in 52.212-5 apply to this acquisition:  

•·       FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.

•·       FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.

•·       FAR 52.219-28 Post-Award Small Business Program Representation.

•·       FAR 52.222-3 Convict Labor.

•·       FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies.

•·       FAR 52.222-21 Prohibition of Segregated Facilities.

•·       FAR 52.222-26 Equal Opportunity.

•·       FAR 52.222-35 Equal Opportunity for Veterans.

•·       FAR 52.222-36 Equal Opportunity for Workers with Disabilities.

•·       FAR 52.222-37 Employment Reports on Veterans.

•·       FAR 52.222-50 Combating Trafficking in Persons.

•·       FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.

•·       FAR 52.225-13 Restrictions on Certain Foreign Purchases.

•·       FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management.

•·       FAR 52.233-3 Protest After Award.

•·       FAR 52.233-4 Applicable Law for Breach of Contract Claim.

 

Award shall be made to the lowest price technically acceptable offerors quotation or proposal.

 

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. ;  

The following solicitation provisions apply to this acquisition:

•·       FAR 52.204-7 System for Award Management.

•·       FAR 52.204-16 Commercial and Government Entity Code Reporting.

•·       FAR 52.209-5 Certification Regarding Responsibility Matters.

•·       FAR 52.209-7 Information Regarding Responsibility Matters.

•·       FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters.

•·       FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a   

         Felony Conviction under any Federal Law.

•·       DFARS 252.204-7004 Alternate A, System for Award Management.

•·       DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information

         Controls.

 

The following contract clauses apply to this acquisition:

•·       FAR 52.202-1 Definitions.

•·       FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.

•·       FAR 52.204-13 System for Award Management Maintenance.

•·       FAR 52.204-18 Commercial and Government Entity Code Maintenance.

•·       FAR 52.204-19 Incorporation by Reference of Representations and Certification.

•·       FAR 52.217-6 Option for Increased Quantity.

•·       FAR 52.217-9 Option to Extend the Term of the Contract.

•·       FAR 52.219-14 Limitations on Subcontracting.

•·       FAR 52.232-8 Discounts for Prompt Payment.

•·       FAR 52.232-39 Unenforceability of Unauthorized Obligations.

•·       FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors.

•·       FAR 52.233-1 Disputes.

•·       FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act.

•·       FAR 52.243-1 Changes-Fixed Price.

•·       FAR 52.246-2 Inspections of Supplies Fixed-Price.

•·       FAR 52.246-16 Responsibility for Supplies.

•·       FAR 52.247-34 F.o.b. Destination.

•·       FAR 52.252-2 Clauses Incorporated by Reference.

•·       DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.

•·       DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights.

•·       DFARS 252.204-7003 Control of Government Personnel Work Product.

•·       DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor

         Reported Cyber Incident Information.

•·       DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident

         Reporting.

•·       DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation

        Support.

•·       DFARS 252.223-7008 Prohibition of Hexavalent Chromium.

•·       DFARS 252.225-7001 Buy American and Balance of Payments Program.

•·       DFARS 252.225-7002 Qualifying Country Sources as Subcontractors.

•·       DFARS 252.225-7048 Restriction on Acquisition of Specialty Metals.

•·       DFARS 252.232-7006 Wide Area Workflow Payment Instructions.

•·       DFARS 252.232-7010 Levies on Contract Payments.

•·       DFARS 252.243-7001 Pricing of Contract Modifications.

•·       DFARS 252.244-7000 Subcontracts for Commercial Items.

•·       DFARS 252.246-7000 Material Inspection and Receiving Report.

•·       DFARS 252.247-7023 Transportation by Supplies by Sea.

•·       HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015)

 

DPAS Rating: DO-C9. 

Additionally, please provide the following information: 

CAGE Code: 

Tax ID# (if applicable): 

GSA Contract Number (if applicable): 

Country Items are Manufactured: 

Lead Time or Period of Performance: 

Shipping Charges (if applicable):

 

Is your company the OEM or proprietary for these products?: 

Company Size (large or small): 

Do you have distributors (if applicable)?: 

Are the items quoted available on a commercial, published, or on-line price listing?: 

Does your company accept Wide Area Work Flow (WAWF) for electronic invoicing? (http://wawf.eb.mil):

 

Submission of quotes shall be received not later than 02/01/2019. No hard copies of the solicitation will be mailed. Quotes must be submitted in portable document format (.pdf) by email to the Primary Point of Contact (Ruben Velasquez) at ruben.velasquez@navy.mil.

 

No questions will be accepted after 01/30/2019.

It is the responsibility of the offeror to submit offers to the POC at NSWC PHD by the closing date of 02/01/2019  12:00 PM PACIFIC STANDARD TIME.


Ruben A. Velasquez, Contract Administration Spec, Phone 8052280428, Email ruben.velasquez@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP