Sources Sought NONE Due Soon

NDF Mission Support FY26

Solicitation Number: 19AQMM26RFI01 Response Deadline: August 28, 2025 at 10:00 AM (1 week from now)

Description

This is not a solicitation or request for proposal announcement. This request for information (RFI)/Sources Sought is for market research only and to assist the Office of the Nonproliferation and Disarmament Fund (NDF) in determining technical capabilities of interested parties for acquiring an Advisory and Assistance Services (A&AS) Nonpersonal Services support of NDF s mission. NDF s mission is to assist host countries around the world in support of preventing the spread of weapons of mass destruction (WMD), destruction of existing weapons (conventional and unconventional), delivery systems, and production facilities. The NDF is seeking capable vendor that can provide Specialized Technical Assistance but not limited to delivering clear, concise, complete recommendations, prompt analysis, and reports allowing NDF to undertake appropriate actions to assist host nations in removing, destroying, or disabling weapons of mass destruction (WMD), conventional munitions, the associated production, storage, and/or transport infrastructure for the aforementioned threats, or other dangerous materials. Currently, NDF has an existing contract 19AQMM21D0088 with Culmen International, LLC expiring on July 27, 2026. Unlike the existing contract, this nonpersonal services (A&AS) requirement will not have the capacity for a contractor to procure specialized operational (SOE) and/or CBRNE equipment and other related auxiliary items. This is a consulting services that shall provide immediate response to the Government to prevent proliferation threat of weapons of mass destruction (WMD), protection of border controls, and other dangerous weapons. Therefore, it is imperative for the NDF to have the capability to provide necessary intervention and assistance with little advance notice, without Western standard worksites or accommodations, and without a guarantee of privileges and immunities for government or contractor personnel in country. These circumstances and conditions necessitate devising means by which the NDF immediate needs can be met quickly and move swiftly without jeopardizing the NDF s ability to fulfill its mission. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and/or performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response as instructed later in this posting. KEY CAPABILITIES: Provide immediate expert consultation services and/or technical advice and assistance (SME) with detailed plans in destruction, demilitarization, or removal of dangerous materials with complete and fully supported implementation strategies and options, budget details, and time schedules as well as assisting in full scale implementation of the plan and options. Prepare reports in providing a comprehensive analysis of technical approaches utilized based on stockpile configuration with supporting rationale and analyses of options and strategies, including a discussion of the relative advantages and disadvantages of the options; relative cost, performance, and schedule considerations; risk factors and potential mitigation strategies. Perform site surveys that may include conducting an inventory of the weapons and/or material proposed for destruction, removal, threat reduction, and/or demilitarization. Advise U.S. Government representatives on the nature and condition of materials under consideration for site(s)/ locations Prepare detailed Work Plans and plan of execution for training and implementation; site specific details for the safe, secure, and complete elimination and disposal of WMD, delivery systems, conventional weapons, or their associated infrastructure. Provide cadre of capable experts who possess the expertise to review technical data on diverse projects and provide practical advice and technical analysis to include the development of conceptual methods of elimination. Additionally, the experts must be capable of participating in any Department of State or interagency U.S. Government meeting as a technical expert and advisor on any topic related to the destruction and elimination of chemical, biological, radiological, or nuclear WMD and production facilities. Provide rapid response of a cadre of experts appropriate to the situation at hand to travel with as little as 48 hours notice to countries where the U.S. Government cannot provide indemnification or guarantee legal protections; including privileges and immunities from host country civil and criminal laws, and Contractor personnel cannot be armed. Provide oversight and technical assistance in the logistical arrangement for procurement of packing materials and development of safe and secure methodologies and/or Concepts of Operations for the transporting of dangerous materials as directed by the NDF. Develop a work plan and a safety and health plan in conjunction with the foreign country s host government, contractor, and subcontractor personnel and may arrange emergency medical support. May assist in coordinating with necessary Freight Forwarders and Warehousing (CONUS/OCONUS) to accommodate the movement and storage of shipments. May assist in coordinating and completing the required export control documentation and other shipping documents to accompany any items within a shipment. INSTRUCTION TO RESPONDENTS: Interested parties who desire to participate in this RFI/Sources Sought are encouraged to submit responses that demonstrate they have the CAPABILITIES and qualifications to provide the key capabilities described above. Responses to this RFI shall be submitted in the form of a vendor (or respondent) white paper which the Government will utilize for market research and in preparation of an acquisition strategy. Additional details are below regarding submission of the white paper. Responses shall also include the following information: a) Company/Corporate Name: Address: Point of Contact: (phone number & email address) CAGE: Web Page URL: State whether the company is domestically or foreign owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. b) WHITE PAPER: White paper submissions shall demonstrate or describe ideas, concepts, and best practices, and recommendations on how the key capabilities requirement might best be executed by a contractor. The responses should not contain superfluous pictures, charts, and filler information about your individual company. c) Describe any risks associated with the fulfillment of this projected requirement. This can include technical, or schedule risks associated with development, key performance parameters, etc. d) White paper shall not exceed 8 pages (including cover page) and is limited to one (1) per vendor. Papers should be submitted with Times New Roman, 12 Point Font, single spaced with 1-inch margins and single page. e) Indicate whether the company is currently performing this type of work/whether the capability can be obtained under an existing Government contract. Provide the contract number(s) and Government points of contact accordingly. f) Indicate whether the company currently provides this type of work as a commercial solution. In this instance, commercial item means an item that is of a type customarily used by the general public or non-Governmental entities for purposes other than Governmental purposes. Please indicate if this item has been sold, leased, or licensed to the general public; or has been offered for sale, lease, or license to the general public. Indicate whether all materials used follow the Buy American Act or Berry Amendment (10 U.S.C. 2533a), as applicable.

Files

No files available

Award Information

Not yet awarded

Notice Timeline

Sources Sought

Aug 14, 2025

Place of Performance
Washington, District of Columbia
USA

Contacts

primary
Khoa Tran

trankd@state.gov

Agency
STATE, DEPARTMENT OF
STATE, DEPARTMENT OF
ACQUISITIONS - AQM MOMENTUM
Classifications
NAICS: 541690
PSC: R408
Set Aside: NONE
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (5 hours ago)
Aug 15, 2025
Due (1 week from now)
Aug 28, 2025 10:00 AM