Operation of Destruction Facility for Bulk Destruction
ID: N4215825RCJFITTType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking sources for the operation of a Destruction Facility for Bulk Destruction, as outlined in a Sources Sought notice. The primary objective is to identify responsible contractors capable of managing the destruction of classified and controlled unclassified information, requiring personnel with Secret security clearance to operate industrial disintegrators and adhere to strict security protocols. This initiative is crucial for maintaining national security by ensuring the safe handling and destruction of sensitive materials, with a performance term of one year and the possibility of four extensions. Interested parties should contact Jason D. Fittro at Jason.Fittro@navy.mil or 757-396-8413, or Christopher Vieira at christopher.f.vieira.civ@us.navy.mil or 757-396-8372, and are encouraged to submit a capabilities statement confirming their small business status and availability.

    Files
    Title
    Posted
    The Norfolk Naval Shipyard (NNSY) Destruction Center's Performance Work Statement outlines the operational and security requirements for contractor personnel involved in the destruction of classified and controlled unclassified information. The primary objective is to maintain five contractors from Monday to Friday to manage destruction operations, utilizing industrial disintegrators and other equipment. They are responsible for safe material handling, coordinating with shipyard contacts, and adhering to strict security protocols regarding classified information. Contractors must possess a Secret security clearance and undergo thorough background checks. NNSY will provide necessary equipment and training on safe operation, security procedures, and safety requirements. The document emphasizes compliance with government regulations concerning the transport and destruction of classified materials, including protection of data under the Privacy Act. The performance term is one year with four potential extensions, ensuring the reliability of information destruction operations at the shipyard, which plays a crucial role in national security. This contract is part of a broader initiative to secure sensitive information within federal operations, reflecting the government's commitment to maintaining operational integrity and confidentiality in its facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    EX-ENTERPRISE CVN 65 Dismantlement and Disposal
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the dismantlement and disposal of the ex-naval vessel USS ENTERPRISE (CVN 65). The project requires contractors to provide comprehensive dismantling services, manage hazardous waste, and ensure compliance with radiological safety regulations, including the preparation of a Decommissioning Work Plan (DWP) for approval by the Nuclear Regulatory Commission (NRC). This contract is critical for the safe and environmentally responsible decommissioning of the first nuclear-powered aircraft carrier, reflecting the Navy's commitment to public health and safety. Interested contractors can contact Herbert R. (Ray) Duff at herbert.r.duff.civ@us.navy.mil or Bobby Whitlow at robert.c.whitlow.civ@us.navy.mil for further details, with proposals due in accordance with the solicitation timeline.
    RFTP 33-4046-001 Ships
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified bidders for the sale of three Oliver Hazard Perry Class Frigates located in Philadelphia, PA, as part of the RFTP 33-4046-001 Ships opportunity. Bidders are required to submit un-priced technical proposals that will be evaluated to determine eligibility for the subsequent Invitation for Bid (IFB) process, focusing on the removal, dismantling, and recycling of the vessels while ensuring compliance with federal, state, and local regulations. This procurement emphasizes responsible disposal of naval assets, with a performance period of 24 months that mandates detailed operational and safety plans, including hazardous material management. Interested parties should contact Scott Rogers at scott.rogers@dla.mil or Michael Card at michael.card@dla.mil for further information and to ensure adherence to the bidding instructions outlined in the attached documents.
    R614--SENSITIVE DOCUMENT DESTRUCTION - VISN2N (VA-25-00003192)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for Sensitive Document Destruction Services across various VA Medical Centers in New York, with an estimated contract value of approximately $16.5 million. The primary objective is to ensure the secure collection and destruction of sensitive documents, adhering to strict standards that guarantee documents are rendered unreadable and untraceable. This service is critical for maintaining the confidentiality and security of sensitive information within the VA system. The contract is set to commence on January 1, 2025, and will run through December 31, 2025, with options for renewal in subsequent years. Interested vendors should contact Michelle Harsch at michelle.harsch@va.gov for further details and to submit proposals by the specified deadlines.
    e-RECYCLING DEMILITARIZATION/MUTILATION ASCONDITION OF SALE (DCOS/MCOS) SCRAP ELECTRONICS RESIDUE SALE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the e-Recycling Demilitarization/Mutilation as a Condition of Sale (DCOS/MCOS) Scrap Electronics Residue Sale. This procurement involves a sales contract for the processing and disposal of electronic scrap, which includes military and commercial grade items, with a minimum performance period of 60 months and potential options for additional quantities. The contract emphasizes compliance with national security and environmental regulations, requiring bidders to demonstrate their capabilities in logistics, processing, and adherence to demilitarization standards. Interested parties must submit their technical proposals by 3:00 p.m. EST on January 27, 2025, and can direct inquiries to Hannah Blattner or Edwin Moreland at the provided contact details.
    SHIPPINGPORT (ARDM 4) - Government Owned Contractor Operated (GOCO) Operation and Maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information regarding the operation, maintenance, and protection of the Government-Owned, Contractor-Operated floating dry-dock SHIPPINGPORT (ARDM-4) located at the Naval Submarine Base in New London, Connecticut. This sources sought notice aims to verify the intent of General Dynamics Electric Boat (GDEB) and Huntington Ingalls Industries Newport News (HII-NNS) to compete for this requirement, as they are the only nuclear qualified shipyards capable of performing the necessary work. The anticipated contract, if issued, is expected to support operations during fiscal year 2026 and include four additional one-year option periods, with a planned release date for the solicitation in the summer of FY25. Interested parties must submit their responses, both positive and negative, to Ms. Angel Jaeger at angel.jaeger.civ@us.navy.mil by 1700 ET on October 9, 2024.
    P222 Site Security Manager
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking qualified sources for a Firm Fixed Price contract for site security management services related to the P222 construction project at ACCLOGWING NS Norfolk. The contractor will be responsible for providing a Site Security Manager and implementing a Construction Security Plan to ensure compliance with stringent security standards for Sensitive Compartmented Information Facilities (SCIF) as outlined in various Department of Defense directives. This opportunity is critical for maintaining high security standards during the construction of essential defense infrastructure, with a contract period anticipated to be one year, including four optional one-year extensions. Interested parties should submit their responses, including company qualifications and past performance information, to Elysia Allen at elysia.m.allen2.civ@us.navy.mil by 3:00 PM EST on October 17, 2024.
    Sources Sought Notice-Material Handling Equipment (MHE)and Shipboard Mobile Support Equipment (SMSE)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC) in Norfolk, Virginia, is conducting a Sources Sought Notice to identify qualified contractors for maintenance, inspection, and repair services related to Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The scope of work includes comprehensive support services such as parts procurement, diagnostics, and compliance with safety regulations, ensuring that contractors can independently perform essential services aboard naval vessels. This opportunity is critical for maintaining operational readiness and logistical support for naval operations, with a focus on quality assurance and adherence to technical standards. Interested parties must submit a capability statement detailing their qualifications and past performance by November 1, 2024, to the primary contact, Alesha Ray, at alesha.j.ray.civ@us.navy.mil, or the secondary contact, Kourtney Brooks, at kourtney.k.brooks.civ@us.navy.mil.
    N6133119R0016-Operation and maintenance support of the Sea Fighter (FSF-1)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking sources for the operation and maintenance support of the Sea Fighter (FSF-1) under contract number N6133119R0016. This procurement aims to extend the current contract by 18 months, focusing on support operations, maintenance, shipyard and dry-dock planning, and incidental engineering and administrative support necessary for the Sea Fighter's Advanced Technology Demonstrations (ATDs) and Research Development, Test, and Evaluation (RDT&E) efforts. The opportunity is classified under NAICS code 488310 for Port and Harbor Operations, with a size standard of $47 million, and is set aside for 8(a) sole source providers. Interested parties should submit a company profile and relevant information to Contract Specialist Courtney I. Henslee at courtney.henslee@navy.mil by the specified deadline, with no reimbursement for costs incurred in response to this notice.
    NCIS Polygraph Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center, is seeking information from vendors for nationwide Polygraph Services on behalf of the Naval Criminal Investigation Service (NCIS). The primary objective is to administer approximately 35,000 polygraph examinations over the course of one year to support the Navy's Insider Threat Program, which is crucial for safeguarding sensitive operations against insider threats. Interested vendors are invited to submit their capabilities and business information by October 16, 2024, as this Sources Sought Notice aims to inform the development of a Performance Work Statement (PWS) and a future Request for Proposal (RFP). For further inquiries, vendors can contact Jacob Segal at 215-833-9908 or via email at jacob.a.segal.civ@us.navy.mil.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.