SOLICITATION NOTICE
R -- Document and Media Destruction
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Justice, Bureau of Alcohol, Tobacco and Firearms (ATF), Administrative Programs Division (APD), 99 New York Avenue, NE, 3rd Floor - Acquisitions, Washington, District of Columbia, 20226
- ZIP Code
- 20226
- Solicitation Number
- BATF09102009BW
- Archive Date
- 10/6/2009
- Point of Contact
- Brian K Wilkins, Phone: (202) 648-9120
- E-Mail Address
-
Brian.Wilkins@atf.gov
(Brian.Wilkins@atf.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (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. This solicitation is being issued under Simplified Acquisition Procedures (SAP) and is a 100% 8 (a) Set-aside. The North America an Industry Classification System (NAICS) is 561990. This is a “firm fixed price” contract. STATEMENT OF WORK BACKGROUND The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) currently operates out of several buildings located in metropolitan Washington, D.C and outer suburbs. The responsibilities and requirements of the vendor with regard to document, hard drive and media destruction are listed below: CONTRACTING OFFICER (CO) The person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings, including changes within the original scope, on behalf of the Bureau of ATF. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) Any person designated in writing by the CO to act for the CO within the limits of the delegated authority. Under this contract, the COTR is the technical person who shall render advice and assistance to the Contractor. The COTR shall also be responsible for certifying the services performed have been satisfactory in accordance with the contract terms. SCOPE OF WORK The Contractor shall provide all labor, supervision, personnel, equipment, vehicles, containers, supplies and other related services to collect documents, hard drives and media (tapes, CD’s, DVD’s, diskettes, ribbons, etc.) for on-site document destruction services. The Contractor will collect containers, destroy contents, and return emptied containers to original location The Contractor will also provide weekly status reports to the COTR, videotape document and media destruction while in progress on-site, issue certificates of destruction and an invoice following the completion of each job. Documents will be sent to the following: Material Management Operations Center (MMOC), 1519 Cabin Branch Dr, Landover, MD 20785 after each visit. CONTRACTOR FURNISHED PROPERTY AND EQUIPMENT: The Contractor must provide all equipment and supplies, not furnished by the Government, required to perform in accordance with the requirement of this SOW. CONTRACTOR (OWNED) PROVIDED EQUIPMENT/SUPPLIES The contract shall provide each location the following equipment /supplies: Consoles and Totters. All consoles and totters shall be furnished for use by the Government at no cost to the Government. Additional consoles and totters shall be furnished within 2 weeks of request. Consoles shall meet the following specifications: 1. Can hold up to 100lbs 2. Sturdy 3. Office neutral in color 4. Lock/secured Totters shall meet the following specifications: 1. 96 gal 2. Office color (neutral) 3. Lock (secured) PERFORMANCE SCHEDULE Bureau of ATF 99 New York Avenue NE Washington, DC 20226 Weekly (Thursday) Bureau of ATF 6000 Ammendale Road Ammendale/Beltsville, MD 20705 Bi-weekly (Wednesday) Bureau of ATF 1519 Cabin Branch Dr Landover, MD 20785 Monthly (Wednesday) Bureau of ATF Fort AP Hill Bowling Green, VA 22630 Monthly (Monday) Bureau of ATF 45250 B Severn Way Sterling, VA 20166 Monthly (Friday) Bureau of ATF 244 Needy Road Martinsburg, WV 25405 Weekly (Tuesday) CONTRACTOR PERSONNEL Contractor employees shall wear uniforms that are clear and maintained in good repair. Contractor shall provide the ATF with a list of all employees expected to perform under this contract for the purpose of receiving Contractor identification tags from the Government that shall required to be worn by all Contractor personnel while on ATF property. It is the responsibility of the Contractor to park in the appropriate loading area. The Contractor shall be responsible for maintaining a standard of employee competency, conduct, integrity, punctuality and sobriety. All Contractor personnel shall be required to act in a professional manner while on government premises. ATF reserves the right, at its sole discretion, to remove from the premises any contractor employee who is found to be using profanity, harassing ATF employees, appears under the influence of alcohol or other controlled substances, or behaves in any other manner deemed unacceptable by the COTR. The Contractor shall ensure that his employees do not engage in unauthorized use of government property and do not inspect/open furniture or other enclosures unless authorized. The use of government telephones and computer equipment is expressly prohibited unless authorized. The Contractor shall set the time and location for employee breaks by coordinating with the COTR. Eating, drinking and smoking are prohibited except in designated areas. Alcohol, drugs and music are strictly prohibited while on government property. Possession of weapons is prohibited. CONTRACTOR'S LIABILITY The Contractor shall be liable for damage, destruction or theft by his employees of Government‑Owned property and material. Contract or employees are required to check in to the ATF Headquarter/Offices and log into the visitors book before gaining access to the shredding bins. COMPLIANCE WITH THE LAW The Contractor is responsible for obtaining all necessary licenses, permits, and documentation in order to comply with all Federal, State and Local laws, regulations, and ordinance applicable to this contract. REQUIRED INSURANCE In accordance with FAR clause 52.228-5 entitled, “Insurance--Work on a Government Installation” the following minimum amounts of insurance are required. Workmen’s Compensation As required by state laws Employer’s Liability Insurance $100,000 per accident General Liability Insurance $500,000 per occurrence Bodily Injury Liability Auto Liability Insurance $200,000 per person Bodily Injury $500,000 per occurrence Property Damage $100,000 per occurrence PERIOD OF PERFROMANCE: Period of Performance: The period of performance is for (6) months with option to extend services under FAR Part: 52.217-8 Option to Extend Services. Anticipated start date: 10/01/2009 through 03/31/2009. PRICING: Price will be based on per lb during a 6 month period. Vendors proposal must be priced out per lb. INVOICE & PAYMENT: This award will be made utilizing the simplified acquisition procedure under FAR Part 12 & 13; FAR Part 52.212-1 Instructions to Offerors-Commercial Items; FAR Part 52.212-4, Contract Terms and Conditions-Commercial Items; FAR Part 52.212-5, Contract Terms and Conditions required to implement Status or Executive Orders-Commercial Items; FAR Part 52.217-8 Option to Extend Services and FAR Part 52.232-33, Payment by electronic funds transfer apply. Vendor must have registered in the Central Contractor Registration Database at www.ccr.gov to receive this award. Basis of Award: Award will be made to the offeror who is technically acceptable with the lowest cost. Submit price proposal to Brian Wilkins no later than September 21, 2009, 3.00pm EST. Alternatively, vendors may fax or email price proposal quotes and questions concerning this procurement to Brian Wilkins, 202/648-9659 fax, or email to brian.wilkins@atf.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/BATF09102009BW/listing.html)
- Place of Performance
- Address: BATF, Washington, District of Columbia, 20226, United States
- Zip Code: 20226
- Zip Code: 20226
- Record
- SN01949627-W 20090912/090911001247-bbde0b1591b3091af516e0af00e1b9dc (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 |