** Demonstration Project for Contractors Employing Persons with Disabilities
For HAZMAT Operations**
- PURPOSE:
Pursuant to DFARS 252.226-7002, NAVSUP Fleet Logistics Center, San Diego (FLCSD) is conducting a market survey (MS) for Demonstration Project for Contractors Employing Persons with Disabilities. The purpose of the Demonstration Project is to provide defense contracting opportunities for entities that employ severely disabled individuals. Eligible contractors operating for-profit or nonprofit basis that (1) Employs severely disabled individuals at a rate that averages not less than 33 percent of its total workforce over the 12-month period prior to issuance of the solicitation; (2) Pays not less than the minimum wage prescribed pursuant to 29 U.S.C. 206 to the employees who are severely disabled individuals; and (3) Provides, for its employees, health insurance and a retirement plan comparable to those provided for employees by business entities of similar size in its industrial sector or geographic region are encourage to response.
Firms possessing the capabilities to perform the tasks described in the attached Draft Statement of Work (SOW) and information below are encouraged to respond.
This is not a solicitation announcement. This notice is for planning purposes only and is not to be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Any information submitted by respondents to this notice is strictly voluntary. The Government will not award any contract based on the information received from this notice. The government will utilize information received from this notice to assist in acquisition planning and identifying capabilities.
- DESCRIPTION OF REQUIREMENT:
- The contractor will be tasked to accomplish the work as specified in Attachment 1, SOW. The contractor shall provide HAZMAT supply support functions as defined in the SOW under guidelines of the Consolidated Hazardous Materials and Inventory Management Program (CHRIMP) NAVSUP P-722, per OPNAV 5090.1 Series and NAVSUP FLCSD 5090.4A.
- The Government anticipates this effort to be a single award Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with a one-year base and four, one-year options period of performance. This is a follow-on contract for HAZMAT Operations, contract number N00244-21-D-0003 and the incumbent contractor is SERCO INC.
- The applicable North American Industry Classification System (NAICS) code is 325998 with a small business size standard of 500 Employees.
- SUBMISSION:
- Interested parties should provide a Capability Statement (no more than 3 pages). Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Electronic responses (i.e. email) are preferred and telephonic request for information will not be honored. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No request for capability briefings will be honored as a result of this notice. Responses that do not conform to the MS instructions may not be considered by the Government. Standard company brochures will not be reviewed.
- Responses and any questions to this MS shall be submitted to Julius Limcolioc, email at julius.s.limcolioc.civ@us.navy.mil . Use reference No. N00244-25-R-0048 as the subject line of your email when responding to this MS.
-
- The closing date for this MS is: 5/08/2025
- The closing time for this MS is: 10:00 PST
- The deadline for submission of questions is 5/5/2025. Note: Questions submitted after the specified date may not receive responses.
- Responses shall include all of the information required under Section 1, Corporate Description, and Section 2, Corporate Experience, below:
Section 1: Corporate Description
-
- Name of firm (prime)
- State the respondent’s size status and whether the respondent is registered in the applicable NAICS code listed above (for SSE(s) list the NAICS Code and size status for the NAICS code the prime contractor assigned to the effort the subcontractor will perform)
- Ownership (include SSE(s) or Joint Ventures (JV) if applicable)
- All small business socioeconomic program certifications: 8(a), WOSB/EDWOSB, HUBZone, SDVOSB
- Two points of contact, including: Name, title, phone, and e-mail address
- CAGE Code, Unique Entity Identifier (UEI), and DUNS Number (include SSE(s) or JV if applicable)
- Affiliate information, including parent corporation, SSE(s), JV partners, potential teaming partners, or subcontractors.
- Firms shall identify the percentage of their workforce that is severely disabled in its corporate descriptions.
Section 2: Corporate Experience
Utilizing the format and instructions provided in the Reference Information Sheet, Attachment 2, Respondents (including SSE(s) or JV members) shall submit at least one, but no more than three citations (prime and SSE(s) or JV combined), for current and relevant experience as it relates to the work described in Attachment 1, Draft SOW. Block 9 of the Reference Information Sheet requires that Respondents provide a summary description to explain how the work demonstrates the capability to perform the key areas.
- Current work is defined as work performed within the five years before the posting date of this market survey.
- Common aspects of relevancy include (but not limited to): Similarity of services and support, complexity, dollar value, contract type, and degree of subcontract and teaming.
Attachment 2: Reference Information Sheet
Respondents Company Name:
Responding as Prime, SSE or JV:
1. Customer Point of Contact (Name; Government agency, commercial firm, or other organization)
Name:
Agency:
2. Customer POC Phone Number / Email (This information is required to verify offeror’s performance)
Phone:
Email:
3. Contract Number or other control number
4. Period of Performance
From: To:
5. Contract Type (CPFF, FFP etc.)
6. Prime or Sub
7. Contract Value / Obligated Amount
$XX / $XX
8. Provide brief summary of the work performed.
9. Describe how the work demonstrates capability to perform the key areas. (For primes (only), describe management infrastructure, capacity to procure, and ability to execute and manage the effort).