Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOLICITATION NOTICE

R -- On-Site Shredding Services in Hawaii

Notice Date
6/2/2025 7:32:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060425Q4064
 
Response Due
6/6/2025 5:00:00 PM
 
Archive Date
06/21/2025
 
Point of Contact
Elisha Wallace-Enos, Phone: 8084737588
 
E-Mail Address
elisha.c.wallace-enos.civ@us.navy.mil
(elisha.c.wallace-enos.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
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 under FAR Part 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 to the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and SAM.gov at https://www.sam.gov. The RFQ number is N0060425Q4064. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 20250117. 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 16.5 million dollars. This is a competitive, unrestricted action. The Small Business Office concurs with this acquisition strategy. The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing on-site shredding services in accordance with Attachment 1 � Performance Work Statement (PWS) for NAVSUP Fleet Logistics Center Pearl Harbor CLIN 0001 - QTY: 12 Months � (Code 430,200,300,432,800, 441 and 431), Base Year on-site shredding services CLIN 0002 � QTY: 3 Months- (Code 700), Base Year on-site shredding services CLIN 1001 - QTY: 12 Months - (Code 430,200,300,432,800, 441 and 431), OY1 on-site shredding services CLIN 2001 - QTY: 12 Months - (Code 430,200,300,432,800, 441 and 431), OY2 on-site shredding services CLIN 3001 - QTY: 12 Months - (Code 430,200,300,432,800, 441 and 431), OY3 on-site shredding services CLIN 4001 - QTY: 12 Months - (Code 430,200,300,432,800, 441 and 431), OY4 on-site shredding services The Period of Performance: Base Year: 16 Jun 2025 � 15 Jun 2026 (CLIN 0001) 16 Jun 2025 � 30 Sep 2025 (CLIN 0002) Option Year 1: 16 Jun 2026 � 15 Jun 2027 Option Year 2: 16 Jun 2027 � 15 Jun 2028 Option Year 3: 16 Jun 2028 � 15 Jun 2029 Option Year 4: 16 Jun 2029 � 15 Jun 2030 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Attachment 1 � PWS_Redacted Attachment 2 - 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (Mar 2025) (Deviation 2025-O0004 and 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021). Attachment 3- Applicable Provisions and Clauses Attachment 4 - Wage Determination 2015-5689 (Rev-24) dated 5/6/2025 Questions regarding the solicitation: Questions shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060425Q4064 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 2:00 PM HST (Hawaii Standard Time) on 04 June 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 2- 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (Mar 2025) (Deviation 2025-O0004 and 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Nov 2021). (if Reps & Certs are not current in SAM). This announcement will close at 2:00 PM HST (Hawaii Standard Time) on 06 June 2025. Quotes shall be submitted electronically via email to Elisha Wallace-Enos, email elisha.c.wallace-enos.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Criteria: Procedures in FAR 13.106 are applicable to this procurement. Award decision will be based on Best Value (price, determination of responsibility, technical acceptability and takes no exceptions to the PWS) Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b). Technical: The Quoters technical acceptability will be evaluated against the requirements in the PWS. Performance Work Statement: The submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements. Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions. 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), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation *******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cd2984d41ef4790addca568b79e49f3/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07462156-F 20250604/250602230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.