Description(s): Request for Information for Classified Destruction Services
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for classified materials destruction services.
2. Requirement.
This acquisition anticipates seeking a contractor who can provide classified materials destruction services. for the 412 TW/IPSM at Edwards AFB, CA. The requirement consists of classified destruction as defined in the attached Performance Work Statement (PWS). The resulting contract PoP is 1 week. Please see the Performance Work Statement attached to this RFI for additional details.
3. Information requested.
The Government requests interested offerors that can fully support this requirement furnish the following information:
1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.
2. Information should include a brief description of experience in providing the services described in the Performance Work Statement. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 561990 “All Other Support Services”. The Small Business Size Standard is $16,500,000.00.
4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries.
Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
The due date and time for responses to this synopsis is 14:00pm Pacific Standard Time on Thursday 17 July 2025.