SOLICITATION NOTICE
R -- Document Destruction - Syracuse
- Notice Date
- 1/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs, Syracuse VAMC, Department of Veterans Affairs Medical Center, VISN2 NCA (2-90);CONTRACTING OFFICER;Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
- ZIP Code
- 13210
- Solicitation Number
- VA-528-09-RP-0057
- Response Due
- 1/21/2009
- Archive Date
- 3/22/2009
- Point of Contact
- Steven TompkinsContracting Officer<br />
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 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 solicitation; proposals are being requested and a written solicitation will not be issued. It is the intent of the Syracuse VA Medical Center 800 Irving Ave. Syracuse, NY 13210, to negotiate a sole source procurement with Northeast Mobile Shredding, LLC, 143 Lynwood Avenue, Elmira, NY 14903. This Requirement is to provide all labor, equipment, tools, materials, supervision and services necessary to provide document destruction services in accordance with the National Association for Information Destruction to Syracuse VA Medical Center and its Community-Based Outpatient Clinics (CBOCs) in Carthage, Massena, Oswego, Rome, Auburn, Cortland and Binghamton, New York. The Document Destruction Services are provided on a commercial basis, but the only known SDVOSB source in the proximity of this requirement is Northeast Mobile Shredding, the offeror and incumbent contractor. The contract requirements are to destroy all paper products, electronic media such as audio, visual, data tapes, disks, and diskettes, and labels containing sensitive data such as IV fluid bags, pharmacy labels, etc, removed from the Syracuse VA Medical Center and CBOCs through an acceptable process which will render the information completely unreadable. The contractor will be required to pulp, macerate, shred, incinerate or otherwise definitively destroy the information contained in the records. If shredding used, the chosen shredder device must have a crosscutting capability which produces particles that are 1 X 5 millimeters in size or that will pulverize/disintegrate paper material using disintegrator devices with a 3/32 inch security screen as required in the National Institute of Standards and Technology (NIST) 800-88 Guidelines for Media Sanitization. National Security Agency (NSA) specifications for High Security Crosscut Paper Shredders (NSA/CSS 02-01) and High Security Disintegrators (NSA/CSS 02-02) may also be applicable. Base year: Item No 0001, Please provide a per unit price per month that shall include destruction of material, secure lockable container rental, and a monthly pick-up and delivery charge. The contractor will supply approximately 25 secure, lockable 95 gallon wheeled totes with slotted opening allowing for the discarding of documents and utilization of a key lock to limit access but allow for easy emptying. These will be placed in the Main Clinic and each CBOC according to the locations provided by the COTR. The contractor will also furnish large, lockable collection containers for secure storage between pick-ups. All Containers will be consistent in color and maintained in new or like-new condition; contractor will maintain all equipment and assure that all equipment is clean and in good working condition during each visit. Containers will be compatible with the Clinic and CBOCs' interior design scheme. In addition the following also applies: "The average density of container capacity in a room or space shall not exceed 0.5 gal/2ft. "A capacity of 32 gal shall not be exceeded within any 64 sq. ft. area. "Mobile receptacles with capacities greater than 32 gal shall be located in a room protected as a hazardous area when not attended. Option Year 1: Item 0002: Please provide a per unit price per month that shall include destruction of material, secure lockable container rental, and a monthly pick-up and delivery charge. The contractor will supply approximately 25 secure, lockable 95 gallon wheeled totes with slotted opening allowing for the discarding of documents and utilization of a key lock to limit access but allow for easy emptying. These will be placed in the Main Clinic and each CBOC according to the locations provided in by the COTR. The contractor will also furnish large, lockable collection containers for secure storage between pick-ups. Option Year 2: Item No 0003, The contractor will supply approximately 25 secure, lockable 95 gallon wheeled totes with slotted opening allowing for the discarding of documents and utilization of a key lock to limit access but allow for easy emptying. These will be placed in the Main Clinic and each CBOC according to the locations provided in by the COTR. The contractor will also furnish large, lockable collection containers for secure storage between pick-ups. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM), the contractor will reimburse the Syracuse VA Medical Center within thirty (30) calendar days.The following FAR clauses and provisions apply to this RFP. FAR provision 52.212-3, Offeror representations and Certification-Commercial Items must be completed and submitted with the proposal; FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2005) applies to this RFP and the following clauses cited in the clause apply: 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C.); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 252.232-7003, Electronic Submission of Payment Requests. The solicitation number is VA-528-09-RP-0057. The small business standard for SIC Code 8999 is $7 million and NAICS code is 561990. This RFP is 100% set-aside for Service Disabled Veteran Owned Small Businesses. Proposals are due 21 January 2009. For detailed information please contact Steven S. Tompkins, 315-425-4693, steve.tompkins@va.gov. Please submit all questions in writing to the following: steve.tompkins@va.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e836b2864e6e0c38ee7a2a89229806c&tab=core&_cview=1)
- Place of Performance
- Address: SYRACUSE VAMC;ENVIORNMENTAL MANAGEMENT;800 IRVING AVE;SYRACUSE, NY;13210<br />
- Zip Code: 13210<br />
- Zip Code: 13210<br />
- Record
- SN01728669-W 20090109/090107220755-9e836b2864e6e0c38ee7a2a89229806c (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 |