Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
MODIFICATION

74 -- High Security Disintegrator Shredder System

Notice Date
8/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
081310RB
 
Archive Date
9/10/2010
 
Point of Contact
Raymond Bussey, Phone: 813-828-1660
 
E-Mail Address
raymond.bussey@macdill.af.mil
(raymond.bussey@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is 081310RB This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires High Security Disintegrator Shredder system. DESCRIPTION OF REQUIREMENT The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to the purchase and installation of a Classified Destruction System in the USCENTCOM CCJ2 MILCOM facility. System must meet National Security Agency/Central Security Service (NSA/CSS) 0202-J standards for destruction of Top Secret, COMSEC and SCI paper products, and selected electronic media and materials. Requires two (2) each, identical shredders that meet the following requirements: • Class 6, NSA approved for TS/SCI (3/32") destruction • NSA/CSS Evaluated Products List (EPL) rating of 800 lbs. paper destroyed, per hour (3/32") • Minimum 100 HP, Motor, dual flywheels • Capable of destroying paper material, books, key tape, optical media, plastic • 460 Volt, three phase, 60 Hz power, not to exceed 150 Amps. Fan-Type Waste Evacuation system with 3 HP motors (460V/3 Ph/60 Hz) discharge into twin plastic bags and bottomless filter system • Dual bag waste collection with high efficiency dust filtration system • Bottomless (has plastic bag on bottom) filter system • Master control panel to run disintegrator, conveyor, and fan cyclone • Conveyor fed • 5 blade (2bed/3 rotor, two edge reversible rotors, open or solid rotors. one set of spare knives per shredder • 500 heavy duty 3 Mil clear plastic waste collection bags. Safety limit switches • Lifetime performance guarantee/warranty • Delivery, installation, setup, and initial on-site operator training Proposals shall be submitted in the following format CLIN 0001- One (1) Each High Security Disintegrators CLIN 0002 -- One (1) Each High Security Disintegrators CLIN 0003-Two (2) Each Installation /Assembly and Electrical at site, in accordance with the attach Statement of Work SEE ATTACHED PERFORMANCE WORK STATEMENT FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIREMENT The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 effective 8 July 2010, DFAR DCN 20100623 and AFFAR AFAC 2010-0402. Fed Biz Ops Numbered Notes per FAR Part 5.207-13(e) Apply: 1, 12, 13, and 23. The North American Industry Classification System code (NAICS) is 423420, Office Equipment Merchant Wholesalers. The Standard Industrial Classification (SIC) is 7490, Miscellaneous Office Machines, Not Elsewhere Classified with a Small Business size standard of 100 employees. The wage determination applicable to this acquisition is 2005-2125, revision No. 8. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract 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: (i) technical capability of the service offered to meet the Government requirement  Contractor shall submit specifications for the equipment (ii) price  Proposals shall be evaluated to determine price fair and reasonableness. (End of provision) DELIVERY ADDRESS: The High Security Disintegrator Shredder System is to be procured on behalf of United States Central Command (US CENTCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.203-3, Gratuities, FAR 52.203-6, Restriction on Subcontractor Sales to the Government, FAR 52.204-10, Reporting Subcontract Awards, FAR 52.217-5 Evaluation of Options, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal);FAR 52.219-28, Small Business Representations, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-6, Davis-Bacon Act, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnman Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnman Era, and Other Eligible Veterans, FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing Of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.225-7012, Preference for certain domestic commodities., DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DEFAR 252.243-7002 Requests for equitable adjustment, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 26 Aug 2010 by 9:00 AM EST. Submit offers or any questions to the attention of Raymond Bussey, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to raymond.bussey@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/081310RB/listing.html)
 
Place of Performance
Address: USCENTCOM CCJ2/RL, 2851 ZEMKE AVE BLDG 565, MACDILL AFB, TAMPA, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02242426-W 20100818/100816235553-efc725b66c4d2c0a4bb7b73d570014e7 (fbodaily.com)
 
Source
FedBizOpps 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.