Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

R -- On-Site Shredding Services, Oahu, Hawaii

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274211T3611
 
Response Due
9/9/2011
 
Archive Date
9/24/2011
 
Point of Contact
Viki Nakamoto 808-474-5404 Joy Fujioka at 808-471-4391 or joy.fujioka@navy.mil
 
E-Mail Address
Viki Nakamoto
(viki.nakamoto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with the additional SOW information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be provided. This solicitation N62742-11-T-3611 is issued as a request for quotation (RFQ) and is being solicited on an unrestricted basis. NAICS Code 561990 applies. The small business size standard is $7M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS DPN 20110819. NAVFAC Pacific, Pearl Harbor, HI requests quotations from qualified sources capable of providing the on-site services as outlined in the attached Statement of Work, contract line item number(s) and items and quantities (including two (2) options). The on-site shredding services are required for various locations on the island of Oahu, Hawaii including, but not limited, to Pearl Harbor, Kaneohe and Ford Island. Period of performance is for a base period of 12 months, 1 October 2011 to 30 September 2012, plus two 12-month option periods (1 October 2012 to 30 September 2013 and 1 October 2013 to 30 September 2014). Delivery will be F.O.B. destination and services will inspected/accepted at destination. Oral quotations will not be accepted in response to this solicitation. The FAR provisions and clauses apply as follows: 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and in accordance with paragraph (b)(10) offerors shall submit past performance information as follows: three (3) references where offeror provided same or similar services within the past 3 years. Past performance information will be used for responsibility determination only. The Government intends to make a single award to the lowest price (including base and 2 options), technically acceptable offeror; see also paragraph (h) of 52.212-1. Offerors shall include a completed copy of the provision at 52.212-3 with ALT I, Offeror Representations and Certifications -- Commercial Items, with its offer. 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 apply to this acquisition. The additional FAR clauses cited in the 52.212-5 are applicable as follows: 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010), 52.225-3 with ALT I, Buy American Act--Free Trade Agreements--Israeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases(Jun 2008), 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct. 2003), 52.232-36, Payment by Third Party (Feb 2010) and 52.222-41, Service Contract Act of 1965 (Nov 2007). FAR clauses 52.204-7 Central Contractor Registration (Apr 2008), 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009), 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran ”Certification (Sep 2010) and 52.232-18, Availability of Funds (Apr 1984) apply. The DFARS clauses apply as follows: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (AUG 2011) applies as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009). NFAS clause 5252.217 9301, Option to Extend the Term of the Contract - Services (JUN 1994) (36 months) applies. In accordance with 52.222-41 the DOL Wage Determination 2005-2154 (Rev No. 14) applies. Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), point of contact information (i.e., name, phone number, email address) completed Reps & Certs and past performance information. Contact Viki Nakamoto at email viki.nakamoto@navy.mil prior to 4:00 pm, September 7, 2011 (Hawaii Standard Time) for any questions and email written quotes no later than the RFQ closing time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211T3611/listing.html)
 
Place of Performance
Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02552939-W 20110831/110829234826-d41150b2552bbd51837cc1a2989b01f5 (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.