Texas Bids > Bid Detail

Declassify and Demilitarize Various COMSEC Ground Equipment

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159996894211822
Posted Date: Apr 18, 2023
Due Date: Apr 24, 2023
Solicitation No: FA830723R0034
Source: https://sam.gov/opp/e1bad23729...
Follow
Declassify and Demilitarize Various COMSEC Ground Equipment
Active
Contract Opportunity
Notice ID
FA830723R0034
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
COMMAND CONTROL COMMUNICATIONS INTEL & NETWORKS
Office
FA8307 AFLCMC HNCK C3IN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 18, 2023 12:10 pm CDT
  • Original Published Date: Mar 21, 2023 11:54 am CDT
  • Updated Response Date: Apr 24, 2023 12:00 pm CDT
  • Original Response Date: Apr 03, 2023 12:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2023
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: P100 - SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    TX
    USA
Description View Changes

17 APRIL 2023 UPDATE: This update provides answers to the questions received in response to the RFI and extends the response due date to 24 April 2023.



END OF UPDATE



AFLCMC/HNCSS has a requirement for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) on-personal service contract to declassify and demilitarize COMSEC Ground equipment. HNCSS has over 1100 COMSEC items that are declining in usage since operators are converting to newer equipment with upgraded technology. The service required from a potential contractor is to (1) establish COMSEC accounts with HNCSS and the National Security Agency, (2) provide proof of classification and mode of transportation to retrieve COMSEC equipment from the Government, (3) transport the units from HNCS to contractor facility, (4) perform the declassification and demilitarization actions in accordance with COMSEC guidance, and (5) provide HNCSS all paperwork identifying which COMSEC items were demilitarized and declassified.



This Sources Sought Notice/Request for information (RFI) is issued and intended for market research and planning purposes only. The information obtained in response to this RFI will be used to identify qualified, experienced, and interested potential sources. The information provided in response to this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Any information provided to the Government is strictly voluntary and provided at no cost to the Government.



This is not a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services.



The United States Air Force Life Cycle Management Center (AFLCMC), Cryptologic and Cyber Systems Division (CCSD) Space Communication Security (COMSEC) Branch (HNCS) is seeking sources for the declassification and demilitarization of unused/unserviceable Government equipment. For purposes of this RFI, the North American Industry Classification System (NAICS) code is 541512 - Computer Systems Design Services - Small Business Size Standard is $34M.



After review of the attached Draft PWS, please provide a Capability Statement addressing the questions listed below. The Capability Statement should include general information and technical background describing your firm’s experience in contracts requiring similar scope of work. If your firm does not have specific experience with similar scope of work, please describe capabilities that support your firm’s ability to perform the scope of work. Please limit the Capability Statement to no more than 10 single-sided pages using Times New Roman font, 12-point font size.



At a minimum the following information is requested:




  1. Company Name, Address CAGE code, Unique Entity Identifier (UEI), Point of Contact, Phone, and Email;


  2. Approximate gross annual revenue;


  3. Business Size (large business, small business). Note: The Government reserves the right to determine whether a small business set-aside would be appropriate based on responses received from this notice.


  4. If you are a Small Business, do you also qualify under any of the sub-categories: 8(a), Small Disadvantaged Business, HUBZone, Woman owned, Veteran owned, etc.)? If yes, please identify which sub-category.


  5. The contract clause at FAR 52.219-14, states that for contracts for services (except construction), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business or with similarly situated entities (A similarly situated entity is a subcontractor that has the same small business program status as the prime contractor, and is small for the NAICS code that the prime contractor assigned to the subcontract).

    Based on the clause information how does your firm plan on meeting this requirement. (Self (Prime), Joint Venture Agreements, Teaming Arrangements and Letters of Intent for first-tier subcontractors for performing as a team.), specify the functions for which you plan to use subcontractors to include rationale on meeting the clause.


  6. Would you be competing as a Prime Contractor or Subcontractor?


  7. Are you registered in the System for Award Management (SAM)?


  8. Would your firm be able to compete under NAICS 541512, Computer Systems Design Services? Do you have any recommendations regarding use of this NAICS Code?


  9. Are you on one or more Government schedules such as GSA, STARZ II, NETCENTS, NASA SEWP, etc.? If so, which one(s) and contract number?


  10. Do you have an existing Government contract that can be used to perform the required work? If so, what is the contract vehicle, how can we use it (describe the ordering / selection process), what are the names and contact information for the Government Contracting Officers?


  11. Is your company Foreign Owned, Controlled or Influenced? If yes, provide short explanation.


  12. This service requires a Top-Secret Security Clearance. Does your company presently have personnel with an active Top Secret / Sensitive Compartmented Information (TS/SCI) clearance? If no, provide short explanation of how you will accomplish this.


  13. Does your company presently have a TS/SCI Sensitive Compartmented Information Facility (SCIF)? Please provide accurate location.


  14. Is your Company capable of demilitarization of Classified COMSEC equipment? If yes, please describe.


  15. How many cumulative years of hands-on experience do your personnel currently have on in demilitarization of classified COMSEC equipment?


  16. Does your company possess any special experience, education, or capability that would facilitate the successful accomplishment of this effort? If yes, please explain.


  17. Does your company have any key lessons learned related to support of Demilitarization or similar projects? If yes, please explain.


  18. Please provide any recommendations or feedback regarding the Draft PWS or any other elements of this RFI.


Attachments/Links
Attachments
Document File Size Access Updated Date
RFI Questions Answered.xlsx (opens in new window)
10 KB
Public
Apr 18, 2023
Updated DRAFT PWS.pdf (opens in new window)
871 KB
Public
Mar 28, 2023
file uploads

Contact Information
Contracting Office Address
  • CP 210 977 2497 230 HALL BLVD STE 114
  • SAN ANTONIO , TX 78243-7007
  • 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 >