Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2026 SAM #8880
SOURCES SOUGHT

R -- Destruction Center Operations Support at Norfolk Naval Shipyard

Notice Date
3/18/2026 8:54:39 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N42158SS_DestructionCenter
 
Response Due
3/27/2026 2:00:00 PM
 
Archive Date
04/11/2026
 
Point of Contact
Devin Edwards, Denise J Swain
 
E-Mail Address
devin.m.edwards4.civ@us.navy.mil, denise.j.swain.civ@us.navy.mil
(devin.m.edwards4.civ@us.navy.mil, denise.j.swain.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. The Norfolk Naval Shipyard (NNSY) is seeking capable sources to provide contractor support for the collection and bulk destruction/shredding of burn bag contents, as detailed in the attached Draft Statement of Work (SOW). The Government anticipates a Firm-Fixed-Price contract, likely issued under FAR Part 13 procedures. This is NOT a solicitation. The Government will not award a contract from this announcement or pay for any information submitted. All responses will be treated as market research. Proprietary information will be protected if clearly marked. Anticipated Codes: NAICS: 561990 (All Other Support Services) PSC: R614 (Support � Administrative: Paper Shredding) INFORMATION REQUESTED FROM INDUSTRY: We encourage clear, concise responses. Please do not simply reiterate the SOW. We are seeking to understand your genuine capabilities and expert perspective. Corporate Information: Company Name, Address, Phone Number CAGE Code & Unique Entity ID (UEI) from SAM.gov Primary Point of Contact (Name, Title, Phone, Email) Socioeconomic Status (e.g., Small Business, WOSB, SDVOSB, etc.) Corporate Experience & Past Performance: Provide brief descriptions of up to three (3) relevant contracts from the past five (5) years that are similar in scope and complexity. Please specify if these contracts were for DoD/Federal agencies and involved handling classified and/or Controlled Unclassified Information (CUI). Technical & Security Capability: Describe your approach to performing this requirement in its entirety. What is your company's current Facility Clearance (FCL) Level? What is your capability for providing employees with the necessary security clearances? Do you hold any current and relevant quality/security certifications? Industry Feedback & Innovation (Revolutionary FAR Overhaul Input): After reviewing the Draft SOW, are there any requirements you consider unnecessarily restrictive, inefficient, or not aligned with commercial best practices? What alternative approaches, technologies, or process improvements would you recommend to enhance the security or efficiency of this service? Are the selected NAICS/PSC codes appropriate? If not, what do you recommend and why? What contract CLIN structure would you recommend for a requirement of this nature? Submission Instructions: Interested sources should send a single Adobe Acrobat (.pdf) response to Devin Edwards at devin.m.edwards4.civ@us.navy.mil, with a courtesy copy to Denise Swain, Contracting Officer, at denise.j.swain.civ@us.navy.mil. Response Deadline: 27 MARCH 2026, 5:00 PM EST. NO HARD COPY OR FACSIMILE SUBMISSIONS SHALL BE ACCEPTED. Requests for a solicitation package will not be honored nor will technical point-of-contact information be provided. By submitting information, the vendor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Furthermore, prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment. Contractors may obtain information on registration and annual confirmation requirements by calling 866-606-8220 or via the Internet at http://www.sam.gov. Again, this is not a request for a proposal. Respondents will not be notified of the results. Thank you for your interest and participation in this market research effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4b4e56030f514ba4b68d8102ee43a7d7/view)
 
Place of Performance
Address: VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07749913-F 20260320/260318230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.