Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

R -- Onsite Document Destruction

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060415T3078
 
Response Due
6/10/2015
 
Archive Date
6/25/2015
 
Point of Contact
Caleb President 808-473-7528
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3078. This solicitation document incorporates provisions and clauses in effect through FAC 2005-82 and DFARS Publication Notice 20150602. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 561990 and the Small Business Standard is $10M. The proposed contract is unrestricted, open to all vendors. The Small Business Office concurs with the decision. Wage Determination : WD 05-2153 (Rev.-19) was first posted on www.wdol.gov on 12/30/2014. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN QTY U/I CLIN 0001: (Base) Onsite Document Destruction (Shredding) Service12Months POP: 06/16/2015 to 06/15/2016 CLIN 1001: (Option 1)12Months Onsite Document Destruction (Shredding) Service POP: 06/16/2016 to 06/15/2017 CLIN 2001: (Option 2)12Months Onsite Document Destruction (Shredding) Service POP: 06/16/2017 to 06/15/2018 CLIN 3001: (Option 3)12Months Onsite Document Destruction (Shredding) Service POP: 06/16/2018 to 06/15/2019 CLIN 4001: (Option 4)12Months Onsite Document Destruction (Shredding) Service POP: 06/16/2019 to 06/15/2020 Document destruction services in accordance with the Performance Work Statement (PWS). The period of performance will be 16 June 2015 -15 June 2016. The place of performance shall be PEARL HARBOR, 1942 Gaffney Street, JBPHH, HI 96860. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.204-9Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt IOfferor Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items Including: 52.-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013)52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers w/Disabilities 52.222-50 Combating Trafficking in Persons 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.225-13, Restriction on Foreign Purchases 52.222-55 Minimum Wages Under Executive Order 13658 52.222-99 Establishing a Minimum Wage for Contractor 52.223-5 Pollution Prevention and Right-to-Know Information 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following DFAR provision and clauses are applicable to this procurement: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alternate A, System For Award Management Agreements 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7992, Representation by Coporations Regaridng an unpaid Deliquent Tax Liability Fiscal Year 2015 Appopriations 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023 Transportation Of Supplies By Sea Quoters are reminded to include a completed copy of FAR 52.212-3 and DFARS 252.209-7992 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 10:00a.m. Hawaii Standard time on 10 June 2015. All quotes must be submitted via email only, to caleb.president@navy.mil. Please post question to the email provided NLT 06/09/2015. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be the only significant factor in the evaluation of offers, the final contract award will be made on the basis of Lowest Price Technically Acceptable in accordance with the PWS. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3078/listing.html)
 
Place of Performance
Address: 1942 Gaffney Street, JBPHH, HI
Zip Code: 96860
 
Record
SN03754579-W 20150607/150605234305-6598e1c037ee05ce441b647215d7bd00 (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.