Loading...
HC1019-26-R-PESH
Response Deadline
Apr 24, 2026, 9:00 PM(HST)6 days
Eligibility
Contract Type
Special Notice
The Defense Information Systems Agency/Defense Information Technology Contracting Organization intends to negotiate a sole source contract with Nakupuna Consulting LLC. A sole source Justification & Approval document is being coordinated and, upon approval, a copy of it will be posted here on SAM.gov to comply with the public display requirements of FAR 6.305.
The proposed contract action is for fully executing the accountability, sanitization, deinstallation, decommissioning, packaging, staging, and Defense Logistics Agency Disposition Services (DLA-DS) turn‑in of all Government Furnished Property (GFP) associated with the Pacific Enterprise Services–Hawaii program. The contractor will perform all activities in accordance with DoDI 4160.21, DoDM 4160.21-M, applicable security policy, and internal Government procedures governing the handling and disposal of sensitive electronic assets. The contractor will plan, coordinate, document and execute all phases of the decommissioning and disposal of all GFP. The contractor will coordinate and facilitate meetings and site visits with DISA, facility managers, and other stakeholders. The contractor will conduct a full site assessment at each of the 61 locations to validate equipment type, quantity, serial number, physical condition, safety considerations, and any deinstallation constraints. The contractor will identify all GFP equipment requiring sanitization and determine the appropriate method consistent with DoDI 4160.21, DoDM 4160.21-M, and applicable Information Security Policy. The contractor will package, palletize, and prepare equipment for DRMO in accordance with all OSHA, NFPA 70E and safety requirements and complete all required DRMO documentation.
Period of performance for this requirement will be one year from the date of award.
At this time, the incumbent contractor Nakupuna Consulting LLC is the only source capable of providing all necessary services since they were the contractor performing on Contract HC1019-23-C-0002, PES-HI Support Services, where they developed and coordinated project installation of the telecommunications equipment across 61 locations. They reviewed the design plans for installation of the equipment; and therefore, have a good understanding of how the equipment are to be uninstalled. Through their performance of this contract, they have acquired the knowledge of where the various telecommunication equipment are among the various locations. They developed the records and database which tracked where the equipment are located which will be used to track the uninstallation of the very same equipment. Nakupuna knows the facility managers and stakeholders of the 61 sites and have established relationships with them over the years, making it easier on both sides when they have to schedule the uninstallation of equipment. Nakapuna has history of the telecommunication equipment and stakeholders and a logical follow-on contract to them will be in the best interest of the Government, saving time and money, of having to re-educate a new contractor.
The statutory authority for other than full and open competition is 10 USC 2304 (c) (1), as implemented by FAR 6.302-1(a)(2)(iii), only one responsible source and no other supplies or services will satisfy agency requirements. Companies who believe they can provide this service must indicate their interest in writing within 7 days of this notification and include a detailed capability statement and business size. No reimbursement for any cost connected with providing capability information will be provided. All responsible sources will be considered in evaluating the determination to issue a sole-source contract. Quotations or proposals received in response to this notice cannot be accepted since this synopsis cannot be considered a request for quote or a request for proposal. A solicitation will NOT be posted to SAM.gov due to the sole source nature of the requirement.
The North American Classification System (NAICS) code 561210 will be used for determining company size status.
CONTRACT/PROGRAM BACKGROUND: The PES-HI Decommission and DRMO Support Services requirement is a new requirement. However, related work to this requirement was performed under:
Contract Number: HC1019-23-C-0002
Contract Type: Firm Fixed Price
Incumbent and their size and CAGE: Nakapuna Consulting LLC, 8QP08, SDB (8(a))
Method of previous acquisition: 8(a) sole source
Period of performance: 1 June 2023 – 28 November 2025
SPECIAL REQUIREMENTS: Must have Secret facility clearance.
Points of Contact: Gwendolyn Rapoza at Gwendolyn.m.rapoza.civ@mail.mil and Jodie Onaga-Nuttall at Jodie.s.onaga-nuttall.civ@mail.mil
For information on DISA’s requirements, you can find current information on our home page: www.disa.mil – that includes current forecast and the current acquisition strategies. If there is no information regarding the requirement you may be inquiring about, then there is no additional publicly available information. Please continue to review www.disa.mil.
Gwendolyn M. Rapoza
Jodie Onaga-Nuttall
DEPT OF DEFENSE
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
DITCO-PAC
DITCO-PAC
477 ESSEX STREET
BLDG 77
PEARL HARBOR, HI, 96860-5815
NAICS
Facilities Support Services
PSC
HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT