Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2005 FBO #1400
SOLICITATION NOTICE

36 -- High Security Paper Disintegrator

Notice Date
9/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-05-Q-00037
 
Response Due
9/28/2005
 
Archive Date
11/15/2005
 
Point of Contact
Iann Washington, Contract Specialist, Phone 202-772-9598, Fax null,
 
E-Mail Address
iann.washington@dhs.gov
 
Description
The announcement was placed in error previously under the Sources Sought Section of FEDBIZOPPS. This is a combined Synopsis/Solicitation for Commercial Items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21. The solicitation number associated with this combined Synopsis/Solicitation is HSHQDC-05-Q-00037. The NAICS Code for this requirement is 423430. The Department of Homeland Security intends to award a Firm-Fixed-Price purchase order to procure a High Security Stationary Paper Disintegrator. The shredder must meet the following specifications: 1. Minimum of 1400 Lbs. per hour capacity, 2. Perforation Screen size shall be 1/8" to meet the specification for both paper and CD/DVD Destruction, 3. Remove the old cyclonic collector and the airlock rollers, 4. Remove the old air filtration unit and replace with the new unit, 5. Remove all of the old ductwork not removed by the construction contractor and replace with new duct work, 6. Remove any old components not necessary for the operation of the new system, coordinate with the project officer, 7. Re-use the existing platform and ladder framework, reinforce if necessary to ensure the safety of the equipment and operator, 8. Install the new destructor unit, 9. Install the new cyclonic unit, 10. Install the new air filtration unit, 11. Install the new ductwork, 12. Integrate the new destructor system into the dumpster, 13. Make all necessary electrical connections for the proper operation of the system, 14. This system shall be turn-key for operation in extreme weather, 15. The vendor shall specify to DHS the electrical disconnects and the starter motors that are necessary for the proper operation of the disintegrator, 16. DHS shall provide the electrical disconnects and the starter motors, 17. Facilities shall furnish and install all necessary electrical starters; drops/outlets positioned according to the electrical data sheets and marked floor plan as specified by the contractor for the proper operation of the system. The contractor shall supply all motors necessary for the installation, 18. The vendor shall coordinate with the project officer and designated individuals upon award of contract for any preparatory electrical and starter needs to make the system operational. The stationary paper Disintegrator must meet the performance requirement of the NSA/CSS Specification 02-02 for High Security Disintegrators. The proposed budget to item is an NTE amount of $87,000. The delivery point for the system is DHS, 3801 Nebraska Avenue, Washington, DC. The provision at 52.212-1, Instructions to offerors-Commercial Items, applies to this acquisition. In accordance with 52.212-2, Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Adherence to the required items; (2) Meet the delivery date of 60 days after receipt of order (ARO), and (3) lowest price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The All questions regarding this solicitation must be submitted in writing and must reference the solicitation number. All questions regarding this solicitation must be submitted in writing and must reference the solicitation number. All quotes must be received in this office by 12:00 p.m. EST on September 28, 2005, addressed to the Attention of Ms. Iann T. Washington and reference the solicitation number. Emailed or faxed quotes are required; Fax (202) 205-6993, iann.washington@dhs.gov. All quotes shall include the following contractor administrative data: (1) Commercial and Government Entity (CAGE) Code; (2) Data Universal Numbering Systems (DUNS); (3) Past performance references; and (3) Tax Identification Number (TIN). Please note that email is the preferred contact method.
 
Place of Performance
Address: 3801 Nebraska Avenue, Washington, DC
Zip Code: 20585
Country: US
 
Record
SN00903377-W 20050926/050924211525 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.