Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOLICITATION NOTICE

99 -- Shredding Services

Notice Date
3/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(RG)-2012-044-RRJ
 
Archive Date
4/28/2012
 
Point of Contact
Robin Jeffries, Phone: 301-435-0376, Lisa Portner, Phone: 301-435-0326
 
E-Mail Address
robin.jeffries@nih.gov, Lisa.Portner@nih.gov
(robin.jeffries@nih.gov, Lisa.Portner@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
I. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. II. The solicitation number is NHLBI-CSB-(RG)-2012-044-RRJ and the solicitation is issued as a request for quotation (RFQ). III. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-057. The total contracted dollar amount will not exceed the simplified acquisition threshold. IV. The North American Industry Classification (NAICS) Code is 561990 and the business size standard is $7.0M. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. V. Purchase Order Line Item Number 0001 (Base Year): Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW), for the one-year base period. Purchase Order Line Item Number 0002 (Option Year One): Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW), for the one-year option period. Purchase Order Line Item Number 0003 (Option Year Two): Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW), for the one-year option period. Purchase Order Line Item Number 0004 (Option Year Three): Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW), for the one-year option period. Purchase Order Line Item Number 0005 (Option Year Four): Quantity (1) Job, The Contractor shall provide all supervision, labor, materials and equipment to perform the following Statement of Work (SOW), for the one-year option period. VI. Statement of Work: The Center for Scientific Review (CSR) at NIH has a requirement for shredding services. CSR reviews thousands of Research Grant Applications via Study Section Meetings. There are approximately 25 reviewers at each meeting and each reviewer receives a copy of the applications. Once the meeting is completed the application copies need to be destroyed. The destruction of the applications as well as any other paper generated from the meeting results in several hundred pounds of shredding per week. The Contractor shall provide all supervision, labor, equipment and materials to provide bi-weekly shredding services for fifteen rooms at 6701 Rockledge Drive, Rockledge Two Building, Bethesda, MD 20817. The fifteen rooms to have bins picked up are: Rooms 2040; 2189; 2197; 3217; 3159; 4030; 4129; 4133; 4193; 4197; 5133; 5129; 5193; 5197; and 6191. The Contractor shall empty all shredding bins, boxes and mail carts preferably Tuesday and Friday. The materials shall be shred either on-site or off-site at the Contractor's facility. CSR requires a signed "Certificate of Destruction" which will include the date, weight, and bin count of the materials destroyed. This certificate shall be emailed to the Contracting Officer's Representative (COR), TBD at time of award, within 24 hours of the completion of the shredding of the materials. The period of performance will be a one (1) year base with four (4) one-year options. Award is anticipated to be May 1, 2012. Additional Information: 1. How many bins and mail carts per room? 3 bins per room. Three times a year CSR holds a larger meeting, therefore there could be 2-3 mail carts located in Room 2189. 2. If the Contractor would prefer to shred onsite, can they go to a loading dock, or should they go to the parking lot? If loading dock is available, the Contractor can go to loading dock or parking lot. 3. Does the Contractor need to provide the bins? No, CSR currently has bins and mail carts marked "Shredding." 4. Following is the number of pounds that were shred during the period March 2011 through February, 2012: March - 13,181 lbs April - 4525 lbs May - 6156 lbs June - 14,443 lbs July - 6312 lbs August - 9322 lbs September - 10,914 lbs October - 8220 lbs December - 9000 lbs January - 1855 lbs February - 9766 lbs VII. The place of performance: Refer to Statement of Work. VIII. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html IX. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. 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. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: A) Technical Capability; B) Past Performance and C) Price. Past Performance will not be evaluated on quotations that are determined to be technically unacceptable. Price shall not be evaluated on proposals that are determined technically unacceptable in accordance with the Technical Evaluation factors. EVALUATION FACTORS: A. Technical Capability: The offeror shall demonstrate successful performance of at least two (2) projects, in the past three (3) years similar to this requirement. B. Past Performance: Past Performance: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. C) Price: An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). Evaluation of Options: In accordance with FAR Provision 52.217-5, Evaluation of Options, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). X. In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required.XI. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. XI. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. XII. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts); XIII. The following FAR provision and clauses apply to this acquisition: 52.217-5, Evaluation of Options 52.217-7 Option for Increased Quantity-Separately Priced Line Item; 52.217-9 Option to Extend the Term of the Contract; 52.232-18 Availability of Funds; The current Department of Labor Wage Determination No. 05-2103 (Rev.-11), dated June 13, 2011 apply to this acquisition. The Wage Determination can be viewed at: http://www.wdol.gov/sca.aspx#0 XIV. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. XV. All offerors shall electronically submit, a quotation addressing the following items: 1) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). 2) Evaluation Factor A. Technical Capability: The offeror shall submit two (2) projects, which are similar to this requirement which were successfully completed in the past five years (include description; dollar value; period of performance; contact name and phone number); 3) Evaluation Factor B. Past Performance: The Offeror shall provide three (3) contracts (Federal Government, State Agencies, Local Government; and commercial concerns) Include the following information for each contract or subcontract listed: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 4) Evaluation Factor C. Price: Provide a firm-fixed price PER POUND for Purchase Order Line Item Number 0001 (Base Year); Purchase Order Line Item Number 0002 (Option Year 1); Purchase Order Line Item Number 0003 (Option Year 2); Purchase Order Line Item Number 0004 (Option Year 3) and Purchase Order Line Item Number 0005 (Option Year 4); and 5) If applicable, the offeror shall list exception(s) and rationale for the exception(s). QUESTIONS: Offerors must submit all questions concerning this solicitation in writing to the Contracting Specialist, Robin Jeffries, at robin.jeffries@nih.gov. All questions must be received by 5:00 p.m. April 6, 2012. All responses to the questions will be made in writing and included in an amendment to the solicitation in FedBizOpps on or before April 11, 2012. Offerors shall submit their quotations no later than 3:00 p.m. Eastern Standard Time (EST) on April 13, 2012. The quotation must reference the RFP No. NHLBI-CSB-(RG)-2012-044-RRJ. All responsible offerors may submit a quotation, which if timely received, shall be considered by the agency. Quotations can be emailed to the Contracting Specialist, Robin Jeffries at robin.jeffries@nih.gov Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. XVI. For information concerning this solicitation, please contact Robin Jeffries by email at address robin.jeffries@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(RG)-2012-044-RRJ/listing.html)
 
Place of Performance
Address: 6701 Rockledge Drive, Room 6135, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02710689-W 20120401/120330235552-f65d46ddfc77d51da62268632688c9a9 (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.