Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
MODIFICATION

76 -- ECBC Document Shredding - 2nd Posting - 7-18-17 Revised PWS

Notice Date
7/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4215 AUSTIN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-17-R-SHRD
 
Archive Date
6/27/2017
 
Point of Contact
Suzanne M. Drake, Phone: 4104368417
 
E-Mail Address
suzanne.m.drake2.civ@mail.mil
(suzanne.m.drake2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED PWS dated 18 July 2017 Combined Synopsis/Solicitation Edgewood Chemical Biological Center (ECBC) Shredding Contract 18 July 2017 THIS COMBINED SYNOPSIS/SOLICITATION IS NOT AN AUTHORIZATION TO START WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the second and final solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Reference Number W911SR-17-R-SHRD. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. The Government plans to award a FIRM FIXED PRICE contract resulting from this solicitation to the responsible contractor(s) whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. This solicitation is a 100% Total Small Business Set-Aside. The associated NAICS codes is 561990. The small business size standard is $11.0M. This combined synopsis/solicitation is for the purchase of the following commercial item: Product or Service Code: 7690 - Miscellaneous Printed Matter Item Description: The scope of this effort is to effectively, efficiently, and properly shred documents for the Edgewood Chemical Biological Center (ECBC) located at the Edgewood Area of Aberdeen Proving Ground, MD (EA-APG). The scope also includes proper disposition of all waste/end products created as a result of the destruction process. Below are the requirements for the document shredding service: 1. Two types of shredding services will be required: 1.1 Purge service - This is a bulk shredding service that will occur at the beginning of the contract and at other times by specific request of the Government. 1.2 Scheduled service - As further detailed in section 7.0 Delivery Schedule, scheduled service will occur once every four (4) weeks on a predetermined schedule. For estimating purposes, assume one shred-day every four (4) weeks; working hours to start no earlier than 900am and finish no later than 400pm; assume a total of twenty (20) - 96 gallon totes per service date; assume a minimum of seven (7) collection sites and a maximum of ten (10) collection sites. 2. Contractor will report to Bldg E-3330 Rm 150 (ECBC Security Office) to begin on-site shredding. Driver and truck will be escorted to the remaining of the collection sites within the Edgewood Area of Aberdeen Proving Ground, MD (EA-APG) for destruction per service date. 3. Provide 20 wheeled 95 gallon (46Hx26W) lockable containers with keys 4. Provide a Mobile Destruction System and necessary personnel to provide on-site destruction services to include the approved level of destruction equivalent to a National Association for Information Destruction (NAID) AAA certified torn/cross-hatch shred pattern. 4.1 The Government requests samples of any types of shredding that are being proposed. This sample may be sent to: Suzanne Drake, Contract Specialist E4215 Austin Road APG, MD 21010-5401 5. Securely collect all materials for destruction from the identified collection sites on EA-APG. For estimating purposes assume a minimum of seven (7) collection sites and a maximum of ten (10) collection sites. All bins will be easily accessible for shredding. 6. On site, permanently destroy all material collected from the provided containers. 7. Immediately upon completion, provide a Certificate of Destruction confirming the completion of the destruction process/event 8. Contractor will remove all shredded waste from all of the EA-APG collection sites and properly dispose of waste. Immediately following every destruction run, the contractor shall provide the accompanying Security Representative with a signed and dated Certificate of Destruction stating, at a minimum, how many bins were shredded and the total overall weight and cost. SPECIAL NOTE TO INTERESTED PARTIES: Please pay close attention to FAR 52.212 - Acquisition of Commercial Items Provisions and Clauses as well as the following details, particularly what is required for Proposal submittal. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014) (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: 1) technical capability of the item offered to meet the Government requirement 2) price; 3) past performance (see FAR 15.304); Technical and past performance, when combined, are no more important than price. (b) 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. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), with quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electrically at the SAM website, the offeror shall complete only paragraphs (c) through (m) of this provision. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. Any questions regarding this solicitation shall be directed to Ms. Suzanne Drake in writing at suzanne.m.drake.civ@mail.mil by 3:00 PM EST on 24 July 2017. No telephonic inquiries will be accepted. All Proposal submittals shall be received by Ms. Suzanne Drake at suzanne.m.drake.civ@mail.mil by 3:00 PM EST on 26 July 2017. Any Proposals submitted after this time shall be deemed non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5c14cf5484b12bca1609b01164ab8dab)
 
Place of Performance
Address: Aberdeen Proving Ground - Edgewood Area, APG, Maryland, 21010-5401, United States
Zip Code: 21010-5401
 
Record
SN04583549-W 20170720/170718234545-5c14cf5484b12bca1609b01164ab8dab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.