Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2002 FBO #0272
SOLICITATION NOTICE

S -- Shredding

Notice Date
8/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
02X006341
 
Response Due
9/13/2002
 
Point of Contact
Don Hadrick, Contract Specialist, Phone 301-443-3459, Fax 301-443-3849,
 
E-Mail Address
dhadrick@psc.gov
 
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Responses shall reference Request for Quotation Number 02X006341. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, HUBzone, or 8(a) business. The North American Industry Classification (NAICS) Code is 561499 with a corresponding qualifying size standard of $5.0 million. The provision at FAR 52.212-1, Instructions to Offerors - Commercial clauses apply to this acquisition. Only those Offerors who can furnish the items that meets all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price, price shall be based per pound. Offerors wishing to respond to this solicitation shall provide this office with one (1) original and two (2) copies of a price quote for the required items, along with a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The Division of Property Management is soliciting offerors to provide the following service: SCHEDULE OF SUPPLIES/SERVICES AND PRICES/COSTS 1. SCOPE OF WORK: A. The Contractor shall provide all supervision, labor, materials, and equipment for the removal and destruction/shredding of all sensitive/confidential documents from 5600 Fishers Lane, Rockville, Maryland (Parklawn Building) and the following buildings on a bi-weekly basis. 1. 4350 East-West Hwy., Bethesda, MD 2. 7520 & 7500 Standish Place, Rockville, MD 3. 1401 & 1451 Rockville Pike, Rockville, MD Contractor shall be required to pickup materials from other buildings in the National Capital Region, Maryland and Northern Virginia on an as needed basis. 2. GENERAL: The Government will determine each location from which the Contractor is to remove the shredding materials. The Government may add or delete locations as deemed necessary to provide support and service to the client agencies of the Program Support Center through a modification to the contract, which only the Contracting Officer (CO) may execute. A. Storage containers: The Contractor shall provide the necessary secured containers and/or other equipment for use in the Government buildings in sufficient quantities for the collection and storage of shredding materials. (1) Container Type: (a) Removal of Shredding Materials: The contractor shall provide secured and wheeled containers/carts, for the removal of shredding materials from various customer locations throughout the building(s). All containers must be closed/covered to protect the confidentiality of the contents during collection. (b) Office Container: The contractor shall provide secured containers for various locations throughout the building(s). The Project Officer shall approve all container styles, types, and markings prior to placement. (2) Container Responsibility: The Contractor shall be responsible for the delivery, maintenance, and removal of storage containers, and equipment, throughout the contract period. All contractor-supplied equipment and materials will remain the Contractor?s property during, and subsequent to, the contract period. (3) Container Exclusions: Neither U.S. Postal Service canvas hampers, nor other Contractors? containers, will be provided, delivered, or picked up by the Contractor for the purpose of storage or transport of sensitive documents. (4) Container Placement: All proposed container placement within Government premises must be approved by the Project Officer prior to placement by the contractor. B. Pickup Procedures: For security reasons the Contractor shall assign a limited number of personnel who will be dedicated to pickup materials at the building(s) under this contract. These assigned personnel will receive contractor identification cards that will allow them to access these buildings. Contractor shall provide a certificate of destruction to each customer within the building(s) for each pickup. Additionally, Contractor shall leave a receipt of pickup which will include the following information: signature from customer, building, room number, OPDIV/STAFFDIV, weight of material removed, date of removal. C. Pickups: Removal of sensitive documents from each customer?s office shall occur on a bi-weekly basis during normal operating hours, 7 a.m. until 4 p.m., unless otherwise directed in this specification. As pickup patterns develop, the Contractor, in conjunction with the Project Officer, may change scheduled frequencies. No pickups will be required on Saturdays, Sundays, and Federal Holidays. D. Pickup Schedules: Pickup schedules will be developed during a mandatory post award meeting held with the Project officer. E. Special Pickups: Special pickups may be required during times of overflow conditions. The Contractor shall remove the sensitive documents within 72 hours of receiving notification from the Project Officer. F. Pickup Locations: The Contractor shall pick up the shredding material from the building loading dock and/or other designated offices, as approved by the Project Officer. The Contractor shall leave the service loading areas in a clean and orderly condition at each building where shredding materials are picked up. G. Loading: The Contractor shall physically transport the wheeled containers from the offices and loading dock to the pickup vehicle. Some sites may not have loading docks. H. Transportation Responsibility: The Contractor shall secure all shredding materials in such a manner so as to prevent it from dropping off the conveyance while being transported. I. Contractor Equipment: The Government will not be held responsible for damage to the Contractor?s equipment. All Contractor equipment shall be properly maintained by the Contractor, so as to minimize mechanical problems and breakdowns. J. Invoices/Receipt: Contractor shall provide a monthly statement to be included with invoices to the Project Officer, 5600 Fishers Lane, Room 5B-41, Rockville, MD, 20857. Receipts are to include: building, room number, OPDIV/STAFFDIV, weight of shredding material removed, date of removal, cost, and total refund for each month. K. Recycling Center/Fees: Payment to the Government from the sale of the recycling material shall represent no less then the ______% (to be negotiated) of the price paid in the New York region as dictated by the paper stock index that is published in the ?Mill Trade Journal?. Receipts detailing the actual weight of the shredded material, in addition to a copy of the ?Mill Trade Journal? which was used in calculating the recycling profit, shall be provided with the quarterly statement. Proceeds from all sales shall be made by check and addressed to the ?Department of Health and Human Services?. The Contractor shall assume all costs associated with negatively valued material. There will be no charge to the Government for any negatively valued material. 3. COMPLIANCE WITH DOCUMENT DESTRUCTION LAWS AND REGULATIONS: The Contractor shall comply with all Federal laws and regulations pertaining to the transport, processing, and destruction of sensitive/confidential records including www.archives.gov ?Disposal of Records (44 U.S.C. Chapter 33)? and Part 1228 ?Disposition of Federal Records?. Prior to contract start date, the Contractor shall obtain any and all necessary permits, registrations, and licenses for shredding for the jurisdiction in which services are to be performed. 4. COMPLIANCE WITH RECYCLING LAWS AND REGULATIONS: The Contractor shall comply with all Federal, State, County, and local laws and regulations pertaining to the transport, processing, and sale of recyclable materials. Prior to contract start date, the Contractor shall obtain any and all necessary permits, registrations, and licenses for recycling for the jurisdiction in which services are to be performed. 5. SUPERVISION: A. The Contractor shall supervise the removal, transportation, shredding, weighing, and processing of all materials to ensure compliance with the terms and conditions of this contract. B. The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity while on Government property. The Contractor shall be responsible for taking disciplinary actions with respect to his/her employees as may be necessary. C. The Contracting Officer (CO) may require removal from the job site, those contractor employees deemed to be unsuitable to work on this contract, or those whose continued employment under the contract is deemed to be contrary to the public interest, or inconsistent with the best interests of the Government. 6. CONTRACTOR RESPONSIBILITIES FOR GOVERNMENT PROPERTY: A. Responsibility for Government Property: The Contractor assumes full responsibility for, and shall indemnify the Government from, all loss or damage to any and all Government property, including any equipment, supplies, accessories, or parts furnished to the Contractor that occurs during the contractor?s performance under this contract. This includes repairs or services performed under the terms of this contract, resulting in whole, or in part, from the negligent acts or omissions of the Contractor or the Contractor?s subcontractors. B. Hold Harmless and Indemnification Agreement: The Contractor shall save and hold harmless and indemnify the Government against any and all liability, claim and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to, or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee or agent, or representative of the Contractor or subcontractor. C. Damage to Government Property from Causes other than Contractor?s Negligence: Nothing in paragraphs 6.A. and 6.B. above, shall be considered to preclude the Government from receiving the benefit of any insurance the Contractor may carry which provides for indemnification for loss or destruction of, or damage to property in the custody and care of the Contractor where such loss, destruction of, or damage is to Government property. The Contractor shall do nothing to prejudice the Government?s right to recover against third parties for loss of, destruction of, or damage to Government property, and upon request of the CO shall, at reasonable assistance and cooperation (including assistance in the prosecution of suit and execution of instruments of assignment in favor of the Government) in obtaining recovery. 7. DEDUCTIONS: A. Failure to provide the proceeds from the sale of the shredded recycling material shall result in the immediate termination of the contract. B. Failure to provide a scheduled or special pick-up shall result in a deduction as follows: Missed whole day of scheduled pick-ups $250 Missed pick-up per office (Not to exceed $250) $ 25 Missed special pick-up $100 Administrative fee for each deduction letter $ 96 8. DELIVERY OR PERFORMANCE: 1. Period of Performance The period of performance shall be October 1, 2002, through September 30, 2003. 2. Deliverables The Contractor shall submit checks to: DHHS/Program Support Center, Division of Acquisition Management, Parklawn Building, Room 5-101, 5600 Fishers Lane, Rockville, MD 20857. The Contractor shall submit to the Contracting Officer the following items in the quantities listed: A. Certificate of Insurance 2 each Upon contract award B. Copies of Insurance Policies 2 each 10 working days after contract award C. Name, address and phone 1 each 5 days number of contact person after for contractor contract award D. Statements and check vouchers Monthly from recycling center 3. Special Contract Requirements A. Special Requirements In an effort to protect the Government and Contractor personnel, the Contractor shall insure that their drivers follow all prudent safety practices while operating any motor vehicle in the course of performance of this contract. All large vehicles shall have operable parking and emergency braking systems, backup alarms, and wheel chocks. B. Environmental Quality Assurance In accordance with the Government?s environmental quality program, the Contractor agrees that in the performance of the work under this contract: 1. The Contractor shall not create any litter at loading and/or disposal locations, or during any transportation to such locations. C. Insurance Requirements The Contractor shall obtain and maintain insurance of the following types and minimum amounts. 1. Automobile Liability The Contractor shall have automobile liability insurance coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor is required to submit a written certification of insurance coverage and a copy of the insurance policies obtained to be in compliance with the above, within 10 working days after contract award. 9. INSPECTION OF SERVICES: A. The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. B. If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. C. If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may - 1. Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and 2. Reduce the contract price to reflect the reduced value of the services performed. D. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may - 1. By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such services; or 2. Terminate the contract for default. Exhibit 1 Shredding Pick up History The information provided in this exhibit has been gathered from the Government?s data base for fiscal years 2001 and 2002 and provided in a condensed format. The full version is available upon request. 01 02 Building # pick ups # of Boxes # pick ups # of Boxes Parklawn 663 3313 398 1629 East-West Towers 16 84 16 114 Metro Park North 1 39 270 27 229 Metro Park North 2 95 1023 50 624 Woodmont 1 87 937 50 618 Woodmont 2 91 773 50 452 The Government estimates an additional 500-1000 boxes of materials to be picked up from approximately 10-15 additional buildings. Government records show the following weights associated with the removal of shred materials: FY01 135 tons, FY02 102 tons. PLEASE NOTE THAT ANY AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. ALL QUOTES MUST CLEARLY INDICATE THE SOLICITATION NUMBER 02X006341 and be sent to the Contract Specialist?s attention at the address above or faxed to (301)443-3849. All quotes from responsible sources fulfilling the requirements of this solicitation, shall be considered if received by 5:00 p.m. local prevailing time on September 13, 2002.
 
Place of Performance
Address: National Capital Region, to include Maryland and Northern Virginia.
 
Record
SN00153380-W 20020831/020829213503 (fbodaily.com)
 
Source
FedBizOpps.gov 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.