SOLICITATION NOTICE
R -- PICKUP & DESTRUCTION OF SENSITIVE WASTE MATERIAL
- Notice Date
- 1/31/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
- ZIP Code
- 20223
- Solicitation Number
- USSS030011
- Response Due
- 2/12/2003
- Point of Contact
- Simona Pickett, Contract Specialist, Phone (202)406-6940, Fax (202)406-6801, - Ava McIntire, Contract Specialist, Phone 202-406-6783, Fax 202-406-6801,
- E-Mail Address
-
spickett@usss.treas.gov, amcintire@usss.treas.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 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 only request for quotations; and a written solicitation will not be issued. Solicitation Number USSS030011 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 01-12. This action is a 100% small business set-aside. The NAICS code is 562111 and the small business size standard is $10,500,000. It is anticipated that this requirement will be an Indefinite Delivery/Indefinite Quantity type contract with a guaranteed minimum of 20,000 pounds of sensitive waste material per month, and a maximum of 55,000 pounds of sensitive waste material per month. The term of this contract is a base year with four (4), one (1) year option periods, and the period of performance for the base year is the date of award through September 30, 2003. Each option year will start on the day after the end of the previous year and continue for one (1) year. The requirement for each period of performance shall be as follows: The government shall place sensitive waste in burn bags, and provide an escort at each collection location. The U.S. Secret Service (USSS) Representative shall ensure that all burn bags are sealed by staples, and shall witness the destruction of all bags. The contractor shall perform pickups once per week on Thursdays between the hours of (8:00 am -12 Noon), except for Federal Holidays. If the Thursday falls on a Federal Holiday, the contractor shall coordinate a new pickup date with the USSS Contracting Officer's Technical Representative (COTR) listed in the contract. The contractor shall perform pickups at the following locations: Vice Presidential Residence, Mass Avenue, NW; UD Foreign Missions, NW; 1100 L Street, NW; 1111 18th Street, NW; 1709 New York Ave, NW; 950 H Street, NW; Bolling Air Force Base; 9200 Powder Mill Road, Laurel, MD (Administration and Merletti Buildings). The contractor shall provide canvas carts (an adequate quantity to accommodate one (1) weeks worth of sensitive waste per site) for retention at USSS sites throughout the performance of the contract. Upon pickup, the contractor shall ensure the security of all waste material through destruction, and shall provide an audit trail and certification of destruction. Destruction of all waste material must be in such a manner as to guarantee that the material can never be reconstructed back to its original form (e.g., incineration, mulching, or shredding). All contactor personnel proposed to work under this contract shall possess security clearances, and shall successfully pass USSS background investigations prior to being admitted to any of the above listed facilities. The Contractor shall submit proof of security clearances and SSF 3237?s (12/02), U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel at time of proposal. The contractor agrees that for due cause or anticipated security risk any contractor or subcontractor employee may be removed from duty at the USSS upon the Service?s request. It is the contractor?s responsibility to provide technically competent personnel that do not pose background or security concerns. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award an indefinite delivery/indefinite quantity type contract to the responsible offeror whose proposal, conforming to the specifications, will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers, and are listed in order of importance: Technical Capability, Past Performance, and Price. For evaluation of technical capability the offeror must provide: 1) information that demonstrates the offerors destruction process of sensitive waste ensures that the waste cannot be reconstructed, and 2) information that demonstrates that the offeror?s processes and facilities (i.e., from point of pickup to destruction) are secure. For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral."; 52.212-3, Offeror 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. The following clauses cited in 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program--Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.217-8,Option to Extend Services, insert "30 days"; 52.217-9, Option to Extend the Term of the Contract, insert "30 days" and "60 days"; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.222-41, 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); 52.222-44, Fair Labor Standards Act and Service Contract Act- Price Adjustment; 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA). These FAR Provisions and Clauses may be accessed via the Internet at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Please fax this information to (202) 406-6801, Attn: Simona Pickett. Quotations must contain the following information: 1) Pricing; 2) Technical Capability information; 3) Past Performance information; 4) proof of security clearances and SSF 3237?s; and 5) completed and signed copy of FAR 52.212-3, Offerors Representations and Certifications. All responsible offerors shall forward quotations to U.S. Secret Service via facsimile at (202) 406-6801, Attn: Simona Pickett. All quotes must be received no later than 12:00 P.M. (EST), February 12, 2003. Award is anticipated within ten (10) days of receipt of quotations. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 25-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USSS/PDDC20229/USSS030011/listing.html)
- Record
- SN00287932-F 20030327/030325221710 (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 |