SOLICITATION NOTICE
S -- TRASH COLLECTION LENEXA KS - RFQ_NAMA-12-Q-0118
- Notice Date
- 9/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
- ZIP Code
- 20740-6001
- Solicitation Number
- NAMA-12-Q-0118
- Archive Date
- 10/24/2012
- Point of Contact
- Kevin Schumacher, Phone: 314-801-0596
- E-Mail Address
-
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT_3_WD ATTACHMENT_2_COST_SHEET RFQ NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTE TRASH REMOVAL SERVICES FEDERAL RECORDS CENTER, LENEXA, KS NAMA-12-Q-0118 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotation number is NAMA-12-Q-0118 This Request for Quotation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61 effective September 13, 2012. This acquisition is set unrestricted. The NAICS code and the small business size standard are NAICS 562111 Trash Collection Services or other similar NAICS codes. The size standard for these NAICS is $12.5 million annually. The Offerors must state in their quote their size standard for this procurement. All qualified responsible business sources may submit a quote which will be considered by the agency. This will be a indefinite quantity fixed price contract. The award will be to the Lowest Priced Technically Acceptable source in accordance with FAR Subpart 13.106-2(b)((i). The contractor must have a Dunn and Bradstreet Number (DUNS) and be registered in the Central Contractor Registration (CCR). Wage Determination applies to this order and will be incorporated in the final order as WD 2005-2307 Rev 13 (6/13/2012) attached. SCOPE: See the attached RFQ and Performance Work Statements for Trash Removal. The period of performance is for a base period of 12 months, November 1, 2012 to October 31, 2013 and (4) -12 month Option Periods. The purpose of this contract is to obtain an indefinite quantity fixed price contract to procure annual trash removal services at the Federal Records Center facility at Lenexa, KS. The business address is located at the National Archives and Records Administration NARA - Federal Records Center, NARA - Federal Records Center, 17501 W 98th Street, Lenexa, KS 66219. CLAUSES AND PROVISIONS: The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order: FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (FEB 2012); The quotations will be evaluated In accordance with the procedures outlined in FAR Subpart 13.106-2 and award will be made to the best value offeror that submits the lowest price technically acceptable offer with technical acceptability based on technical approach and documentation of verifiable past performance. Each offeror shall include a complete copy of the provisions at FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), with the quotation or proof of ORCA/SAM certification and DUNS. A copy of the provision can be found at hhtp://www.arnet.gov/far/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (AUG 2012). Paragraph (b) of this clause incorporates by reference the following FAR Clauses: FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (AUG 2012) 52.222-3 Convict Labor (JUN 2003), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-1 Buy American Act-Supplies (FEB 2009), FAR 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY 1999), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.222-37 Employment Reports on Veterans (SEP 2010), FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-41, Service Contract Act of 1965 (Nov 2007), FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012), FAR 52.243-1 Changes - Fixed Price (AUG 1987), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989), FAR 52.223-1 Biobased Product Certification (MAY 2012), FAR 52.217-8 Option to Extend Services (NOV 1999), FAR 52.217-9 Option to Extend The Term of the Contract (MAR 2000), FAR 232-2 Affirmative Procurement of Biobased Products Under Service Awards. (JUL 2012), FAR 52.223-4 Recovered Material Certification (MAY 2008), FAR 52.223-19 Compliance with Environmental Management Systems (MAY 2011), FAR 52.223 17 Affirmative Procurement of EPA Designated Items in Service Awards (MAY 2008), FAR 52.232-18 Availability of Funds (APR 1984), FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984), FAR 52.217-5 Evaluation of Options (JUL 1990), FAR 52.242-15 Stop-Work Order (AUG 1989), FAR 52.243-1 Changes - Fixed Price (AUG 1987), FAR 52.204-6 Data Universal Numbering System (DUNS) Number (APR 2008), FAR 52.204-3 Taxpayer Identification (OCT 1998).and FAR 52.233-2 Service of Protest (SEP 2006) (1) Protests as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (address as follows) by obtaining written and dated acknowledgment of receipt from the: National Archives and Records Administration, BA-Acquisitions Division, 1 Archives Drive, Saint Louis, MO 63138, Attn: Kevin Schumacher. The copy of any protest shall be received in the office designated above within one day of filing a protest with GAO. DUE DATE FOR SUBMISSIONS: Offerors are requested to submit quotes by 4PM EDT October 9, 2012. Failure to do so may result in a rejection of the quotation as untimely. Submit via email to kevin.schumacher@nara.gov or FAX to 314-801-0605. Mr. Kevin Schumacher, National Archives and Records Administration, National Personnel Records Center, 1 Archives Drive, St Louis, MO 63138. Vendor shall confirm receipt of quotes. The government is not responsible for misrouted quotes. Questions are due NLT October 3, 2012. QUOTATION REQUIREMENTS. Failure to comply with these requirements will render the vendor's quotation as incomplete and may eliminate it from further consideration. Quotations must include the solicitation number, payment terms, identification of any special commercial terms, and must be signed by an authorized company representative. It is critical that Offerors provide adequate detail to allow evaluation of their quotes (See FAR 52.212-1(b)). Vendor shall submit a 1 page description of the services provided. Past Performance will be evaluated as part of the technical evaluation. Vendors shall submit 3 references for similar work (See FAR 52.212-1(b)(10). Offerors are required to complete the Attachment 1 Certification. Failure may result in rejection of the quote. Provide pricing per the table below. If vendor takes exceptions to any Terms and Conditions stated in the RFQ he must provide complete rationale, justification, and cost impact. The Government advises Offerors that it intends to evaluate quotations and award an order without discussions. Offerors will be responsible for downloading their own copy of this combined synopsis/solicitation, the Request for Quote and amendments (if any). REQUEST FOR QUOTE NAMA-12-Q-0118 NATIONAL ARCHIVES AND RECORDS ADMINISTRATION REQUEST FOR QUOTES TRASH REMOVAL SERVICES FEDERAL RECORDS CENTER, LENEXA, KS NAMA-12-Q-0118 Table of contents: SCHEDULE A............Pricing Table SCHEDULE B............Performance Work Statement SCHEDULE C...........NARA Terms and Conditions ATTACHMENT 1.......Certification ATTACHMENT 2...... Excel spreadsheet (separate document) ATTACHMENT 3...... Wage Determination (separate document) SCHEDULE A PRICING TABLE REQUEST FOR QUOTE (OPEN MARKET) TRASH REMOVAL SERVICE - LENEXA Pricing. Vendors are to complete the schedule below with their quoted prices. Use the separate Excel spread sheet provided to complete your cost proposal and submit that sheet with your quote. Then bring the totals forward to this sheet. ITEM # DESCRIPTION QTY UNIT EST TOTAL COST NTE TOTAL COST 0001 Base - November 1, 2012-October 31, 2013 Trash removal IAW PWS 1 Job _______________ _________________ 1001 OY1 - November 1, 2013- October 31, 2014 Trash removal IAW PWS 1 Job _______________ _________________ 2001 OY2 - November 1, 2014- October 31, 2015 Trash removal IAW PWS 1 Job _______________ _________________ 3001 OY3 - November 1, 2015- October 31, 2016 Trash removal IAW PWS 1 Job _______________ _________________ 4001 OY4 - November 1, 2016- October 31, 2017 Trash removal IAW PWS 1 Job _______________ _________________ Total _______________ _________________ VENDOR MUST SUBMIT THIS SHEET WITH QUOTE SCHEDULE B PERFORMANCE WORK STATEMENT FOR FEDERAL RECORDS CENTER, LEE'S SUMMIT, MO TRASH REMOVAL SERVICES ON CALL-LEE'S SUMMIT 1.0 INTRODUCTION The objective of this Performance Work Statement (PWS) is to provide Trash Removal services at the National Archives and Records Administration Lenexa, KS. The services are specified as follows: 2.0 PLACE OF PERFORMANCE Trash Removal Services for: NARA - Federal Records Center 17501 W 98th Street Lenexa, KS 66219 3.0 CONTACTS Contracting Officer Technical Representative: Kevin Schumacher Julie Benoit/Karen Cashio Phone: 314-801-0596 Phone: (816)268-8026 Fax: 314-801-0605 Fax: (816)-268-8038 kevin.schumacher@nara.gov julie.benoit@nara.gov Contract Administration Address: National Archives and Records Administration 1 Archives Drive St Louis MO 63138 4.0 TASKS 4.0. Vendor shall provide following: containers at the governments location, address above. The following will be provided at no separate cost. Vendor shall bill the government per "tip" per container on an "ON CALL" basis as shown in the Excel table separately provided. Vendor will be paid for actual "tips." Excess tips above the estimated quantity shall be at the cost per tip in column B and paid based on actual services delivered. There is no minimum guaranteed quantity. The estimated total is the amount expected to be performed under this contract. The NTE quality is a total for the highest estimated quantity and is not a limiting quantity per line. In the aggregate, the NTE is the amount this contract may not exceed and is based on a highest estimated quantity per line. 4.0.1 Average tonnage per pull (tip) for the 30yd container approximate based on a review of recent services: 1.5 Ton average. 4.0.2 Average tonnage per pull (tip) for a 10yd container cardboard container is estimated to be approx. 1/2 ton per container. 4.0.3 The "tip" cost is the total inclusive cost the vendor will be paid for labor, transportation and disposal costs. It is all inclusive. 4.0.4 Pricing for cardboard removal shall be net of any credit the vendor will receive for the cardboard. 4.0.5 Cardboard. The vendor shall place container for the purpose of recycling corrugated cardboard. This container shall be clearly marked. The intent is that this shall be for recycled cardboard. Vendor shall quote a price for card board removal which is net of any credits he may receive. Alternatively, vendor may quote "tip" charge and then apply a credit to the bill for the cardboard received. 4.1. Containers shall be serviceable and in good repair. Method of ordering: On as needed call basis. Vendor shall dump containers. Vendor shall complete trash removal within 72 hours of governments call for pick-up. Vendor shall place 3 (20 yard) containers for office trash. Vendor shall place 1 (10 yard) container for recycling corrugated cardboard/cans/plastics. Vendor owns and shall place containers at start of contract and remove at conclusion of contract. 4.2. Central Contract Registry(CCR). All invoices will be paid using information from CCR. Payment will be made to the EFT information that matches the DUNS number. 4.3. Invoicing: Vendor may invoice no more frequently than monthly 4.4. Period of performance: Base November 1, 2012 to October 31, 2013 and 4 Option Year periods. 4.5. Government agrees to keep containers unobstructed to allow for trash dumping and removal. Person authorized to place call: Karen Cashio, Rose Parisse or others as designated by email to the vendor. SCHEDULE C NATIONAL ARCHIVES AND RECORDS ADMINISTRATION TERMS AND CONDITIONS NARA 7.1 DESIGNATION OF CONTRACTING OFFICER'S REPRESENTATIVE National Archives and Records Administration ATTN; COR Julie Benoit 400 W. Pershing Kansas City, MO 64108 Phone: (816)268-8026 Fax: (816)-268-8038 julie.benoit@nara.gov National Archives and Records Administration ATTN; COR ALT: Karen Cashio 17501 W 98th Street Lenexa, KS 66219 Phone: 913-825-7801 Karen.cahio@nara.gov (i) The individual named above is designated as the Contracting Officer's Representative (COR) to assist the CO in the discharge of the CO's responsibilities. The COR is responsible for monitoring, giving progress reports to the CS, and overall technical surveillance of services to be performed under this task order and should be contacted regarding questions or problems of a technical nature. In no event will any understanding or agreement, modification, change order, or other matter deviating from the terms of the basic task order between the Contractor and any person other than the CO be effective or binding upon the Government. (ii) When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the task order, the Contractor must promptly notify the CO in writing. (iii) No action will be taken by the Contractor under such technical instruction unless the CO has issued a contractual change. (iv) The responsibilities of the COR include, but are not limited to, the following: (A) Serve as the point of contact through which the Contractor can relay questions or problems of a technical nature to the CS and the CO; (B) Be responsible for the inspection and acceptance of the services performed and determining the adequacy of performance by the Contractor in accordance with the terms and conditions of this task order; (C) Confer with representatives of the Contractor regarding any non-performance or unsatisfactory performance; follow through to assure that all non-performance or unsatisfactory performance is performed/corrected or payment adjustment is recommended to the CS/CO; (D) Review and certify invoices in accordance with invoicing instructions of the task order. Maintain a file with copies of these documents; (E) Review and evaluate Contractor's IDIQ estimates, furnish comments, and recommendations to the CS/CO; (F) Advise the CS of any performance problems and make recommendations for corrective action to correct performance issues; (G) Furnish the CS with any requests for change, deviation, or waiver (whether generated by Government personnel or Contractor personnel), including all supporting paperwork in connection with such change, deviation, or waiver; (H) Submit a written evaluation to the CS/CO within 60 days of task order completion or annually on the anniversary date for task orders that include options. The evaluation should include: (1) the quality and timeliness of the Contractor's performance; and (2) a statement as to the uses made of any deliverables furnished by the Contractor. (I) In addition to the specific duties as listed above, you are also responsible for knowing the employment status of the contractor's employees working at the NARA sites of AI and AII. When you are notified that the contractor's employee is leaving the contract or the work site has changed, you must notify NASS of the new status. You should also ensure that the contractor's employee returns the NARA issued identification and the proximity card for AII when they no longer need access to the buildings. Your signature is required on the Contractor's Identification Card Authorization in order for the contractor's employee to be issued a NARA identification badge and a proximity card in the case of an AII work site. An identification badge and proximity card will not be issued without a signed Authorization that includes an expiration date. Please refer to NARA Directive 272 for more information on contractor's employees identification badge and proximity card issuance. NARA 7.2 GOVERNMENT CONTRACT ADMINISTRATION (a) This task order will be administered by: National Archives and Records Administration Acquisition Services Division, Code BA Room 3340 8601 Adelphi Road College Park, MD 20740-6001 (b) Contract Specialist (CS): Kevin Schumacher, Contract Specialist (CS) National Personnel Records Center 1 Archives Drive St Louis, MO 63138 Email: Kevin.schumacher@NARA.gov Telephone Number: 314-801-0596 Fax: 314-801-0605 Cell: 314-800-6520 The Contracting Officer (CO), has the overall responsibility for the administration of this task order. Written communication to the CS must make reference to the purchase order number and must be mailed, postage prepaid, to the above address. (c) Contracting Officer (CO) National Personnel Records Center Attn Kevin Schumacher 1 Archives Drive St Louis, MO 63138 Email: Kevin.schumacher@NARA.gov Telephone Number: 314-801-0596 Fax: 314-801-0605 The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the task order terms, conditions, requirements, specifications, details and/or delivery schedules; make final decisions on disputed deductions from task order payments for non-performance or unsatisfactory performance; terminate the task order for convenience or default; and issue final decisions regarding task order questions or matters under dispute. However, the CO may delegate certain other responsibilities to authorized representatives. NARA 7.3 STANDARDS OF CONDUCT DEC 2005 (a) The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the task order work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. (b) The Contractor will be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. (c) Where applicable, the requirements of this clause must be expressly incorporated into subcontract(s) and must be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this task order. (d) The Government retains the right to remove permanently any employee of the Contractor from performing duties assigned under this task order at the Federal building should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the Federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all-inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site: (1) Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; (2) Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; (3) Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which interfere with the normal and efficient operations of the Government; (4) Theft, vandalism, immoral conduct, or any other criminal actions; (5) Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; (6) Improper use of official authority or credentials, as a supervisor or employee of the Contractor; (7) Violation of Agency and Contractor security procedures and regulations; and (8) Violation of the rules and regulations governing federal public buildings and grounds set forth in 41 CFR Subpart 102-74 Conduct on Federal Property. (e) Following a recommendation from an agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Contractor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Contractor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Contractor in writing. In the event of a dispute, the Contracting Officer will make a final determination. (f) Upon a determination of the Government that an employee of the Contractor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building must be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee must be immediately surrendered, returned, or delivered to the security officer of the federal building. g. During the course of this contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with confidential documents and confidential information about documents and proposed Federal Agency actions. The Contractor, including Contractor's personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (End of Clause) NARA 7.4 PERMITS AND LICENSES SEP 1998 In performance of work under this contract, the Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. (End of Clause) NARA 7.5 SIGN IN / SIGN OUT LOG SEP 1998 All contract employees, including subcontract employees, must sign in and out at the beginning and end of their shifts or, if a temporary vendor employee, when reporting in and leaving for a service call, on a log established at the Archives facility(ies) for contract administration purposes. The NARA Form 6026 Record of Time of Arrival and Departure from Building shall be used for this purpose unless the COR prefers to use NA Form 3032B, a Daily Time and Attendance Record. The contract employee must sign in when reporting to the building for additional services, overtime, or emergency call-back service and sign out when leaving. The NA Form 6026 shall be marked to indicate whether the purpose of the contract employee visit was for overtime, emergency call back, additional services, or regular duty. Contract supervisors must indicate their position titles next to their signatures. The log shall be the property of the Government. (End of Clause) NARA 7.6 INSURANCE REQUIREMENTS SEP 1998 a. In accordance with the clause of this contract entitled "INSURANCE--WORK ON A GOVERNMENT INSTALLATION" (FAR 52.228-5), the Contractor shall acquire and maintain during the entire performance period of this contract insurance of at least the following kinds and minimum amounts set forth below. TYPES OF INSURANCE MINIMUM AMOUNT Workmen's Compensation and all $100,000, except as provided occupational disease for in FAR 28.307(a) Employee's Liability Insurance and all $100,000 per accident occupational disease when not covered by Workmen's Compensation above General Liability Insurance (Comprehensive) Bodily Injury per occurrence $500,000 Property Damage per occurrence $100,000 Vehicle Liability Insurance (Comprehensive) Bodily Injury per person $200,000 Bodily Injury per accident $500,000 Property Damage per accident $100,000 b. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Clause) NARA 7.7 OVERTIME SEP 1998 All overtime cost is included in the contract price. The Contractor is obligated, at no additional compensation, to meet all requirements of this contract. The Contractor shall pay overtime premiums to all employees as required by the terms and conditions of this contract, and all applicable State and Federal laws at no increase in the contract fixed price and no additional expense to the Government. (End of Clause) NARA 7.8 COOPERATION WITH OTHER ON-SITE CONTRACTORS SEP 1998 a. When the Government undertakes or awards other contracts for additional work at the facilities, the Contractor shall: (1) fully cooperate with the other Contractors and Government employees and (2) carefully fit its own work to such other additional contracted work as may be directed by the Contracting Officer's Representative (COR). The Contractor shall not commit or permit any act which will interfere with the performance of work awarded to another Contractor or with the performance of other Government employees. b. In any case where, in the course of fulfilling the contract requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor shall restore such disturbed work to a condition satisfactory to the COR and guarantee such restored work to the same extent as it was guaranteed under the other contract. (End of Clause) NARA 7.9 INVOICE SUBMISSION REQUIREMENTS A. Invoices should be submitted electronically to the following e-mail address: NAR@BPD.TREAS.GOV. Protected Microsoft Excel files are the preferred format, however, Adobe Acrobat Portable Document Format (PDF) and Microsoft word are also acceptable. To receive a free notification of your electronic payment, register at http://fms.treas.gov/paid. If electronic invoices are not possible, all original invoices (plus two copies) submitted for payment shall be sent to: ARC/ASD/NAR Avery 3F Bureau of Public Debt PO Box 1328 Parkersburg, WV 26106-1328 For Bureau of Public Debt paying office (ARC/ASD/NAR) payment and invoice questions, call 304-480-8000 B. One copy to the Contract Specialist (identified below). C. One copy to the COR (identified above). D. The contractor's invoice shall include the following information and/or attached documentation: (1) Name of the business concern and invoice date; (2) The complete contract number and/or deliver/task order number preceded by the letters NAMA; (3) Description, price, and quantity of services actually delivered or rendered and segregated by CLIN and/or SUBCLIN number (s); (4) Payment Terms; (5) DUNS number; (6) Taxpayer's Identification Number (TIN); (7) Government Fund Cite; and (8) Government Organization ordering the items E. All invoices will be paid using information from the Central Contractor Registration (CCR). Therefore, payment will be made to the EFT information that matches the DUNS number for this award. F. Distribution: 1 Copy to: COR 1 Copy to: Property Officer 1 Copy to: CO NARA 7.10 PERMITS AND LICENSES SEP 1998 In performance of work under this contract, the Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. (End of Clause) NARA 7.11 NARA CONTRACTOR PERSONAL IDENTITY VERIFICATION (PROCEDURES IDENTIFICATION/BUILDING PASS) Identification/Building Pass 1. Photo Identification Badges will be provided to those that meet the below Physical Access Suitability requirements. The Contractor shall make its personnel available for photo identification badges on a schedule to be determined by the Contracting Officer's Representative (COR). The badges will be made by the Government utilizing supplies, materials and equipment provided by the Government. Each Contractor employee shall sign the appropriate badge at the time of photographing. (a) Contractor personnel designated to receive an ID/Building Pass will be subjected to NACI background investigation and must be approved in accordance with Homeland Security Presidential Directive-12 (HSPD-12) and OMB guidance M-05-24. (b) The Contractor is responsible for ensuring that each of its employees performing work under this contract display their photo-identification badges at all times they are present on-duty in the building. Refusal or repeated neglect to display the photo-identification may result in an unsuitable determination.(c) Upon termination, resignation or other event leading to a contract employee leaving duty under this contract, the Contractor is responsible for returning all Government identification, building passes, keys, and other Government property issued to that employee. Failure on the part of the Contractor may result in the Contractor's liability for all costs associated with correcting the resultant breech in building security. (d) The Contractor shall notify the COR when the employee badges are lost. It shall be the responsibility of the Contractor to pay for replacement badges at the current replacement cost per badge. (e) The requirements of this clause are applicable to and shall be flowed down to all subcontractors who will work at the Archives facility(ies). 2. Physical Access Suitability (a) The Government will have, and will exercise, full and complete control over granting, denying, withholding or terminating suitability determinations for all contract employees granted access to Government facilities. All employees assigned to positions requiring access to NARA facilities under this contract shall be subject to back¬ground investigations at the "National Agency Check with Inquiries" (NACI) level. Contractor personnel with access to NARA Desktop Common Productivity Tools shall also be required to comply with this requirement. The Government may, as it deems appropriate, authorize and grant temporary access to employees of the Contractor and its subcontractors. However, the granting of temporary access to any such employee will not be considered as assurance that full suitability determination will follow as a result or condition thereof. The granting of either temporary or full access will in no way prevent, preclude, or bar the withdrawal or termination of any such suitability determination by the Government as deemed necessary to protect facilities. (b) Unless otherwise specified, the Contractor must submit to the COR, as soon as possible, but not later than ten (10) working days before contract performance is required to begin, one (1) completed Form FD 258, Fingerprint Chart; one (1) background investigation form (SF 85, SF-85-P or SF-86, as applicable)((this may be through e-QIP system with prior coordination with the NARA Personnel Security Office); one (1) Form I-9, Employment Eligibility Verification; and one (1) Declaration for Federal Employment, Optional Form 306 (OF 306) for those officers of the firm who may visit the worksite during the period of this contract and for all employees who have access to the buildings in the performance of the contract work. These forms must be submitted for replacement employees (10) days before entrance on duty. The Government will be responsible for processing these forms and adjudicating the results of the investigations. If the Government receives an unsuitable report on any employee after processing these forms, the Contractor will be advised immediately that such employee cannot continue to work, or be assigned to work, under this contract. Contractors, who hire employees investigated and determined suitable during employment with preceding Contractors, are not required to submit another set of these forms, if the employee has been determined suitable within the past three (3) years, unless specifically requested to do so by the COR. ( c ) During the course of this contract, regardless of where the work is being performed, in a NARA facility or another location authorized by the contract, the Contractor may come into contact with data files subject to the Privacy Act. If this situation occurs, Privacy Act data must conform to the provisions of the Privacy Act of 1974, 5 U.S.C. 552a, as amended. The Contractor also may come into contact with sensitive documents and sensitive information about documents and proposed Federal Agency actions. The Contractor, including Contractor's personnel, Subcontractors, and consultants must not divulge or release data or information developed or obtained in performance of this task except to authorized Government personnel or upon written approval of the Contracting Officer. The Contractor must not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as required in the performance of this task. The limitations above do not apply to data or information that has been made public by the Government. (d) If Contractor Personnel have a completed NACI from another Federal Agency, verification of the completed NACI must be forwarded to the NARA Personnel Security Officer. This may require obtaining a copy of the completed investigation. If Contractor Personnel possess a National Security Clearance through another Federal Agency, the granting agency must provide verification of the Clearance to the NARA Personnel Security Officer. A National Security Clearance shall suffice in the event the personnel are performing work at NARA that only requires an investigation below that required for a National Security Clearance. (e) The requirements of this clause are applicable to, and must flow down, to all subcontractors who will work at NARA facility(ies). NARA 7.12 OTHER TERMS AND CONDITIONS (a) The Offeror must provide the Contractor Identification Number - Data Universal Numbering System (DUNS) FAR 52.204-6 (APRIL 2008). (b) The Offeror must provide the Taxpayer Identification Number in accordance with FAR 52.204-3 (OCT 1998). NARA 7.13 ORGANIZATIONAL CONFLICT OF INTEREST (OCI) 7.13.1 The primary purpose of this clause is to aid in ensuring that: 7.13.1.1 The Contractor's objectivity and judgement are not biased because of its present, or currently planned interests, (financial, contractual, organizational, or otherwise) which relate to work under this task order; 7.13.1.2 The Contractor does not obtain an unfair competitive advantage by virtue of its access to non-public information regarding the Government's program plans and actual or anticipated resources; and 7.13.1.3 The Contractor does not obtain any unfair competitive advantage by virtue of its access to proprietary information belonging to others. 7.13.2 The Contractor will be ineligible to participate in any capacity in contracts, subcontracts, or proposals thereof (solicited or unsolicited) which stem directly from the Contractor's performance of work under this task order unless the Contractor is the sole source. 7.13.3 If the Contractor, in the performance of this task order, obtains access to information such as plans, policies, reports, studies, financial plans, or data which has not been released or otherwise made available to the public, the Contractor agrees that without prior written approval of the Contracting Officer, it will not: (a) use such information for any private purpose unless the information has been released or otherwise made available to the public, (b) compete for work based on such information for a period of one year after the completion of this task order, or until such information is released or otherwise made available to the public, whichever occurs first, (c) submit an unsolicited proposal to the Government which is based on such information until one (1) year after such information is released or otherwise made available to the public, or (d) release such information unless such information has previously been released or otherwise made available to the public by the Government. 7.13.4 The Contractor must include this or substantially the same clause, including this paragraph, in consulting agreements and subcontracts of all tiers. The terms "Task Order," "Contractor," and "Contracting Officer" will be appropriately modified to preserve the Government's rights. 7.13.5 The Contractor represents that it has disclosed to the Contracting Officer, prior to award, all facts relevant to the existence or potential existence of organizational conflict of interest as that term is used in FAR Subpart 9.5. The Contractor represents that if it discovers an organizational conflict of interest or potential conflict of interest after award, a prompt and full disclosure must be made in writing to the Contracting Officer. This disclosure must include a description of the action the Contractor has taken or proposes to take in order to avoid or mitigate such conflicts. ATTACHMENT 1 REQUIRED QUOTE INFORMATION STATUTORY/REGULATORY COMPLIANCE - The following items, apply to this solicitation. Contractors must confirm in their quote that all products they are quoting are new only and meet the checked items. Contractors that do not provide the required information in their quote will not be considered for receipt of the order. CONTRACTORS MUST COMPLETE, SIGN AND RETURN THIS ATTACHMENT WITH THEIR QUOTE. IF UNABLE TO SEND THROUGH E-MAIL TO kevin.schumacher@nara.gov, THEN FAX TO 314-801-0605. FAR PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision - a copy of the provisions can be found at https://www.acquisition.gov/far/; PAYMENT TERMS: ____________ CONTACT INFORMATION: TELEPHONE NO. (INCLUDE AREA CODE) _________________________________ FAX NUMBER (INCLUDE AREA CODE) _________________________________ E-MAIL ADDRESS________________________________________________________ ENROLLED IN CENTRAL CONTRACTOR REGISTRATION? YES_____ or NO_____ DUNS: ___________________________CAGE CODE: _______________________________ SMALL BUSINESS? YES_____ or NO_____ Contractor Certification: By signing the Contractor certifies that all information provided in response to this RFQ, is accurate and complete. This Attachment must be returned with Contractor's Quote. EXCEPTIONS TAKEN TO ANY TERMS AND CONDITIONS STATED IN THE RFQ. Complete rationale, justification, and cost impact must be included. The Government advises Offerors that it intends to evaluate quotations and award an order without discussions. Questions regarding terms and conditions should be submitted in writing to the Contract Administrator not later than five (5) working days before the deadline for receipt of quotations. YES_____ or NO_____ IF YES EXPLAIN______________________________________________________ NAME OF FIRM:______________________________________________________________ PRINTED NAME: ______________________________________________________________ TITLE OF SIGNER: _____________________________________________________________ SIGNATURE OF PERSON AUTHORIZED TO SIGN: ____________________________ VENDOR MUST SUBMIT THIS SHEET WITH QUOTE ATTACHMENT 2 Insert here Excel spreadsheet with detailed cost development ATTACHMENT 3 Insert here Wage Determination (WD05-2307 Rev 13 (6/13/2012)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-12-Q-0118/listing.html)
- Place of Performance
- Address: NATIONAL ARCHIVES AND RECORDS ADMINISTRATION, FEDERAL RECORDS CENTER, 17501 W. 98th STREET, LENEXA, Kansas, 66219N, United States
- Record
- SN02903858-W 20120930/120929000716-e906d3f03164608a46035fe45101808e (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 |