NOTICE OF INTENT TO SOLE SOURCE - CORPORATE RECYCLING AND VOLUME REDUCTION

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159492483165121
Posted Date: Mar 21, 2024
Due Date: Apr 5, 2024
Solicitation No: N42158-24-CRVRC
Source: Members Only
Follow
NOTICE OF INTENT TO SOLE SOURCE - CORPORATE RECYCLING AND VOLUME REDUCTION
Active
Contract Opportunity
Notice ID
N42158-24-CRVRC
Related Notice
N42158-23-CRVRC
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SHIPYARD
Office
NORFOLK NAVAL SHIPYARD GF
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 21, 2024 01:24 pm EDT
  • Original Response Date: Apr 05, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562211 - Hazardous Waste Treatment and Disposal
  • Place of Performance:
    Portsmouth , VA 23704
    USA
Description

NOTICE OF INTENT TO SOLE SOURCE:



This synopsis is hereby issued in accordance with FAR Part 5.201. The purpose of this synopsis is to announce Norfolk Naval Shipyard’s (NNSY) intent to award a five-year (one 12-month base year and four 12-month option years) Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity contract on a noncompetitive basis to Energy Solutions Services Inc. (ESSI) (CAGE: 0JEX6). The proposed effort is for services to provide comprehensive recycling, volume reduction, segregation, and bulk waste assay of radioactive waste/materials to maximize recycling and minimize disposal volume and cost. These services include segregation, compaction, incineration, recycling by metal melting into shielding blocks for beneficial reuse at licensed facilities, component/equipment disassembly, decontamination and release, resin sluicing/dewatering, bulk waste assay for restricted release, supply of shipping containers meeting specific radiological requirements, brokerage services and transportation of materials (utilizing truck, rail or barge as necessary) from the various NNPP sites to the processing facility and transportation of waste generated by the contractor during processing of NNPP waste/materials to a licensed disposal facility. The applicable NAICS Code is 562211, and the business size standard is $47,000,000.00.



The Government intends to solicit and negotiate this requirement under the statutory authority of Title 10 U.S.C. Section 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements”. This notice is not a request for competitive proposals; however, any responsible source believing that it can fulfill the requirements may identify their interest and capabilities in response to this synopsis, and must clearly show the firm’s ability to be responsive to the requirement. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government.



Capability statement packages, comments, or questions regarding this notice shall be submitted via EMAIL ONLY to William Webb at William.a.webb87.civ@us.navy.mil by 2:00PM EST, Friday April 5, 2024. Capabilities statement package shall be no more than ten 8.5 x 11 inch pages with font no smaller than 12 point, 1.5 spaced. It shall demonstrate the company’s ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNS number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses that will ensure capability to perform requirements as outlined in the required capabilities described herein.



Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.



All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered DUNS and CAGE Code numbers.





Note: No Solicitation or Marketing Materials shall be submitted. Any response submitted for this synopsis constitutes consent for that submission to be reviewed by military personnel, Government civilians, and associated support contractors who are regulated. No information will be disclosed outside NNSY. NNSY will not provide feedback to any information submitted. Submissions to this Synopsis is deemed to be NNSY property which shall not be returned to sender. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


Attachments/Links
Contact Information
Contracting Office Address
  • 1 NORFOLK NAVAL SHIPYARD BUILDING 276
  • PORTSMOUTH , VA 23709-1001
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >