Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

R -- Shredding Services

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
6650 Telecom Drive, Suite 100, Indianapolis, IN 46278
 
ZIP Code
46278
 
Solicitation Number
66142
 
Response Due
4/2/2012
 
Archive Date
9/29/2012
 
Point of Contact
Name: David Banks, Title: Contract specialist, Phone: 3176144564, Fax: 3172981344
 
E-Mail Address
david.m.banks@dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 66142 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-02 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Base Year: May 1, 2012 through April 30, 2013 - Vendor to provide shredding services at 7 CBP locations within the Long Beach, Carson, and San Pedro California area per the SOW, and the terms and conditions of this RFQ. Pricing shall be per month and all inclusive in accordance with the SOW. Note: Although pricing is per month vendors shall show a cost breakout of their pricing per bin. If pricing is different per location vendor shall show that as well. Shredding services are required twice a month at each site and performed per requirements listed in the SOW. For a site visit see Point of Contact within the SOW. Site visit is recommended but not required. All bidders shall submit at least 2 past performance references that include company name, point of contact to include a phone number & email if possible., 12, Mths; LI 002, Option Year 1: May 1, 2013 through April 30, 2014 - Vendor to provide shredding services at 7 CBP locations within the Long Beach, Carson, and San Pedro California area per the SOW, and the terms and conditions of this RFQ. Pricing shall be per month and all inclusive in accordance with the SOW. Note: Although pricing is per month vendors shall show a cost breakout of their pricing per bin. If pricing is different per location vendor shall show that as well. Shredding services are required twice a month at each site and performed per requirements listed in the SOW. For a site visit see Point of Contact within the SOW. Site visit is recommended but not required., 12, Mths; LI 003, Option Year 2: May 1, 2014 through April 30, 2015 - Vendor to provide shredding services at 7 CBP locations within the Long Beach, Carson, and San Pedro California area per the SOW, and the terms and conditions of this RFQ. Pricing shall be per month and all inclusive in accordance with the SOW. Note: Although pricing is per month vendors shall show a cost breakout of their pricing per bin. If pricing is different per location vendor shall show that as well. Shredding services are required twice a month at each site and performed per requirements listed in the SOW. For a site visit see Point of Contact within the SOW. Site visit is recommended but not required., 12, Mths; LI 004, Option Year 3: May 1, 2015 through April 30, 2016 - Vendor to provide shredding services at 7 CBP locations within the Long Beach, Carson, and San Pedro California area per the SOW, and the terms and conditions of this RFQ. Pricing shall be per month and all inclusive in accordance with the SOW. Note: Although pricing is per month vendors shall show a cost breakout of their pricing per bin. If pricing is different per location vendor shall show that as well. Shredding services are required twice a month at each site and performed per requirements listed in the SOW. For a site visit see Point of Contact within the SOW. Site visit is recommended but not required., 12, Mths; LI 005, Option Year 4: May 1, 2016 through April 30, 2017 - Vendor to provide shredding services at 7 CBP locations within the Long Beach, Carson, and San Pedro California area per the SOW, and the terms and conditions of this RFQ. Pricing shall be per month and all inclusive in accordance with the SOW. Note: Although pricing is per month vendors shall show a cost breakout of their pricing per bin. If pricing is different per location vendor shall show that as well. Shredding services are required twice a month at each site and performed per requirements listed in the SOW. For a site visit see Point of Contact within the SOW. Site visit is recommended but not required., 12, Mths; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. SCA Wage Determination 2005-2047, Rev 12 dated 6/13/2011 applies to this requirement. See attached Wage Determination page 6, code 99710. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-43, 52.223-18, 52.222-43, 52.225-13, 52.232-33, 52.239-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.204-9 Personal Identity Verification of Contractor Registration; 52.217-8 Option To Extend Services; 52.217-9 Option To Extend The Term Of The Contract; 52.232-18 Availability Of Funds; 52.233-4 Applicable Law For Breach Of Contract Claim; 52.242-15 Stop Work Order; 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) 3052.204-71 Contractor Employee Access; 3052.209-70 Prohibition On Contracts With Corporate Expatriates and 3052.242-72 Contracting Officer Representative. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Full text of above referenced Homeland Security Acquisition Regulation (HSAR) clauses are attached. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/66142/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02706455-W 20120329/120327234936-16bb1fd44cd3811a56c70fa53daa97fe (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.