Alabama Bids > Bid Detail

Nitrogen Tetroxide (N204) Liquid Propellant Repurposing/Recycling

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159772675537956
Posted Date: Aug 8, 2023
Due Date: Aug 23, 2023
Solicitation No: 23-MDA-11550
Source: https://sam.gov/opp/16495446f2...
Follow
Nitrogen Tetroxide (N204) Liquid Propellant Repurposing/Recycling
Active
Contract Opportunity
Notice ID
23-MDA-11550
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
MISSILE DEFENSE AGENCY (MDA)
Office
MISSILE DEFENSE AGENCY (MDA)
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 08, 2023 11:56 am CDT
  • Original Response Date: Aug 23, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

1. DESCRIPTION:



This Request for Information (RFI) notice is to support acquisition strategy development and identify capable sources to fulfill the high-level requirements described below. This notice is In Accordance With (IAW) Federal Acquisition Regulation (FAR) Part 15.201.



This RFI is for market research purposes. This is a market research announcement for planning purposes only and does not constitute a Request for Proposal (RFP). Information submitted will be considered as an exchange of information and may be used for acquisition planning or in future acquisitions. Participation in and preparation of a response to this RFI is voluntary. Missile Defense Agency (MDA) will not reimburse costs associated with responding to the RFI. RFI responses will not be considered offers and will not be accepted by MDA to form a binding contract.



The Missile Defense Agency (MDA)/Targets and Countermeasures (TC) Program is conducting market research to support acquisition planning, acquisition strategy development, and to determine industry’s interest and capability to provide the repurposing/recycling of excess Nitrogen Tetroxide (N2O4) currently in the MDA/TC liquid propellant inventory.





2. REQUIRMENTS:



The MDA is seeking sources able to repurpose/recycle N2O4 liquid propellant. The MDA a tenant of Redstone Arsenal, Alabama, and has deemed the N2O4 liquid propellant in the MDA/TC inventory, currently stored at the Redstone Test Center (RTC) as excess to mission needs. This requirement is to repurpose/recycle the N2O4 instead of disposal operations (burning or incineration) as a better alternative for disposition of the hazardous material. The treatment and final disposal of all associated waste residues generated during repurposing must fully comply with all local, state, and federal regulations. The Contractor will coordinate the transportation schedule for the N2O4 liquid propellant delivery with RTC. The Contractor will comply with all hazardous material and safety regulatory requirements.



The Contractor shall receive and repurpose/recycle an initial N2O4 shipment of 255 gallons stored in a 700-gallon tank to further define the procedures and processes required to complete this effort. The Government may include an option to repurpose/recycle up to 9,566 additional gallons of N204. The Contractor will ensure that government property is always staged in a highly secure and properly contained area while in the Contractor’s possession. Final disposal of any hazardous waste generated as a part of the repurposing/recycling task is required at a Resource Conservation Recovery Act (RCRA) permitted Treatment Storage and Disposal Facility (TSDF). The Contractor will provide transportation of treatment residues to TSDF(s) utilizing a certified transporter.



The Contractor shall provide documentation that clearly indicates a complete “cradle-to-grave” audit trail until the final repurposing/recycling is completed.



3. INSTRUCTIONS:



3.1. Responses to this RFI are due no later than August XX, 2023 at 4:00 pm Central Standard Time. Submit RFI responses via e-mail to TC-FutureAcquisitions@mda.mil.



3.2. Data and research may be available via public/open sources.



3.3. In accordance with the Paperwork Reduction Act, RFI submissions will only be accepted via encrypted email. All submitted information should be appropriately marked and will be handled accordingly as marked. Respondent’s information/documents submitted in response to this RFI will not be returned. The Respondent’s information/documents should be complete, be informative, and clearly demonstrate competencies and expertise in executing the requirements. MDA will not accept any responses submitted as classified information. Industry is encouraged to respond with information not constrained by proprietary data rights. If proprietary data is included in the reply, the respondent is responsible for appropriate markings on a paragraph-by-paragraph basis.





4. SUBMISSION REQUIREMENTS:



4.1. Respondents and/or Prospective Offer’s (if a solicitation is issued) and its subcontractors/ suppliers must be United States firms/businesses and not foreign owned, controlled, or influenced.



4.2. Responses shall be single-spaced, minimum 12-point Times New Roman, not more than 20 pages, and describe corporate experience and/or relevancy in the areas described in the requirements scope. Do not submit generic corporate marketing materials for this RFI.





5. COMPANY INFORMATION/PROGRAMMATIC RESPONSE: Programmatic responses shall address the following:



5.1. COMPANY PROFILE: Provide a profile of your company, including Company Name, Point of Contact, Address, Telephone and Fax Numbers, Email Address, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) Code and/or Tax ID Number, Facility Clearance Level, and applicable socio-economic business/company profile (e.g., Large/Small Business (SB), Small Disadvantaged, 8(a), 8(m) (both Woman Owned SB and Economically Disadvantaged Woman Owned SB), Tribally Owned entity, Alaskan Native Corporation, Hawaiian Owned Organization, Service Disabled Veteran Owned SB, Historically Underutilized Business Zone (HUB Zone) SB, other, etc.).



5.2. EXPERIENCE: If the respondent has similar experience or historical information available, MDA requests a consolidated table of experience based on the requirement scope with the below information:



5.2.1. Contract Number(s)



5.2.2. Title and Objective of Contract



5.2.3. Contracting Agency and Point of Contact Information



5.2.4. Scope, Period of Performance, and Type of Contract (e.g., fixed price, cost reimbursement, fee)





6. RECOMMENDED CONTRACT TYPE INFORMATION:



6.1. What is your recommendation for the contract type, fee structure, and general Contract Line Item Number (CLIN) types? Based on industry best practices, what contract structure would you implement to execute the high-level requirements (Indefinite Delivery Indefinite Quantity, standard contract vehicle type or Other Transaction (OT) agreement, etc.)? Describe how your contract change order process has been used to expedite contract actions.



6.2. What would be your recommended contract duration/period of performance?



6.3. What is the proposed timeline for N204 repurposing/recycling for the 255 gallons and for the 9,566 gallons?



6.4. Describe the documentation/information needed in a library to support your understanding of requirements and delivery of a proposal.



6.5. What other appropriate North American Industry Classification Standard (NAICS) would you recommend for this effort? Provide rationale if any.





7. RECOMMENDED ACQUISITION APPROACH:



Provide your recommended acquisition approach if different from MDA’s current approach.



MDA’s current acquisition approach is for the Contractor to receive and repurpose/recycle an initial N2O4 shipment of 255 gallons stored in a 700-gallon tank to further define the procedures and processes required to complete this effort. As an option, the Contractor will receive an additional 9,566 gallons of N204 to repurpose/recycle. The empty 700-gallon tanks will be returned to RTC.





8. BARRIERS TO PARTICIPATE:



What are the potential barriers to competition for this effort? How can MDA mitigate and resolve some of these barriers?





9. ORGANIZATIONAL CONFLICT OF INTEREST (OCI):



What do you see as potential OCI issues? What would be the OCI mitigation strategy?





10. DATA RIGHTS:



Will you assert any claims of limited or restricted rights for the Government as part of your potential contract efforts (guided by Defense Federal Acquisition Regulation Supplement (DFARS) requirements for types of technical data) such as contract data requirements lists, technical drawings, software, and hardware? DFARS defined categories of data rights are: 1) Unlimited Rights (UL); 2) Government Purpose Rights (GPR); 3) Limited Rights (for Technical Data) (LR); 4) Restricted Rights (for Computer Software) (RR); and 5) Special License Rights (SLR).





11. SMALL BUSINESS:



Because one objective of this RFI is to determine the capability of small business to meet the requirements contained herein, and to inform the acquisition strategy with regard to setting aside any future acquisition for small businesses, MDA request the following information:



The prime small business contractor responding to this RFI must include their past experience in managing subcontractors on similar requirements, and if applicable, include subcontractor or teaming partners’ past experience applicable to requirements specified in this Sources Sought.



Responsible small businesses planning teaming arrangements to meet the support requirements listed above are expected to articulate the portions of work that the prime small business intends to perform as well as articulate the portions that subcontractors or teaming partners (if applicable) will perform. Responses must include business size and business socio-economic category of all subcontractors or teaming partners identified to perform work associated with the NAICS for this Sources Sought.





12. UPFRONT INVESTMENTS:



Summarize any expected new capital investment, upgrades / modifications and/or Government investments requirements.





13. COST ESTIMATE:



Provide a Rough Order of Magnitude (ROM): As part of the evaluation process MDA requires some basic cost estimates to assist in the development of the acquisition strategy. Respondents should provide an estimate for repurposing/recycling an initial N2O4 shipment of 255 gallons stored in a 700-gallon tank to support defining the procedures and processes to complete this effort. As an option, the Contractor will repurpose/recycle up to 9,566 additional gallons of N2O4 liquid propellant. Respondents should submit a cost estimate for the option of 9,566 additional gallons of N204, but the cost of this option may be revised at the completion of the repurposing/recycling of the initial 255 gallons of N204 based on the defined procedures and processes that will be developed during the repurposing/recycling of the initial N2O4 shipment of 255 gallons. Cost estimates should include ground rules and assumptions.





14. COST DRIVERS/COST TRADE OFFS AFFORDABILITY:



The respondent should also address cost drivers, cost tradeoffs, assumptions and any additional or expected future corporate investments or other anticipated costs.





15. PROTECTING INFORMATION ON FEDERAL AND NONFEDERAL SYSTEMS:



Department of Defense (DoD) participates in a range of activities to improve the collective cybersecurity of the nation and protect U.S. data and interests. When working on DoD networks and when processing, storing, and transmitting Controlled Unclassified Information (CUI) on their own company’s network(s) (nonfederal system(s)), Contractors are required to secure DoD's information by leveraging the National Institute of Standards and Technology information security standards and guidelines. Describe your cyber robustness, resilience, and hygiene approach towards protecting information and your ability to meet cybersecurity requirements. For nonfederal systems, address your management approach for ensuring that CUI is properly handled in your company’s network and how CUI is managed and implemented throughout your supply chain. At a high level, describe your company’s approach for addressing the requirements of DFARS 252.204-7012, “Safeguarding Covered Defense Information and Cyber Incident Reporting,” DFARS 252.204-7019, “Notice of NIST SP 800-171 DoD Assessment Requirements,” and DFARS 252.204-7020, “NIST SP 800-171 DoD Assessment Requirements.” At a high level, describe your company’s use of System Security Plans (SSP) and a Plan of Action and Milestones for internal (nonfederal) information systems handling controlled unclassified information. For federal systems, note your strategies for implementing the Risk Management Framework and how active continuous monitoring of cybersecurity controls is implemented.





16. TECHNICAL CAPABILITIES:



Describe processes, tools, equipment, and personnel knowledge experience of processing and repurposing of N204. Describe the solution offered and advantages over disposition, such as, burning over incinerating. The response should include an overall description of the proposed services and provide detailed technical data on the topic to allow for the Government’s understanding and assessment of the capabilities. The descriptions should include schedule information for delivery of products/services and technical rationale for providing value to the Government. Interested parties should provide information on their ability to use existing assets or procure, develop, construct and/or maintain all of the necessary software, hardware, and operational resources needed for the proposed products/service and/or facilities.



17. NOTIONAL SCHEDULE:



Provide schedules indicating expected and realistic execution of expected services to completion.





18. QUALITY, SAFETY, MISSION ASSURANCE:



Provide your company’s quality, systems safety, and mission assurance programs, processes, and standards. Describe how your programs adhere to or meet industry standards and best practices. Also, discuss how your processes comply with federal, state, local regulations and statutes.





19. RISK:



Describe what opportunities for mitigating risks inherent in the proposed solution. Describe risk management and mission assurance approach/processes.





20. FOLLOW UP:



20.1. Based on the level of interest and the apparent capability of industry to perform in these areas, the Government reserves the right to develop an acquisition strategy to pursue a solicitation as a single contract or as multiple contract actions, if any.



20.2. Based on the level of interest and the apparent capability of industry, MDA will request follow-up information from RFI respondents as needed. Information received from follow-up questions and possibly one-on-one presentations is considered part of the overall market research activity and will be conducted IAW FAR Part 15.201.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG. 5222 MARTIN ROAD REDSTONE ARSENAL
  • HUNTSVILLE , AL 35898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 08, 2023 11:56 am CDTSources Sought (Original)

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 >