SOLICITATION NOTICE
R -- Document Shredding Services - Attachments
- Notice Date
- 3/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- FA521518Q8023
- Archive Date
- 4/7/2018
- Point of Contact
- Desirae Morrison, Phone: 8084714324, Jacob Davis, Phone: 8084714322
- E-Mail Address
-
desirae.morrison@us.af.mil, jacob.davis.3@us.af.mil
(desirae.morrison@us.af.mil, jacob.davis.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Combo Synopsis/Solicitation - RFQ - FA521518Q8023 Attachment 2 - Wage Determination Attachment 1 - SOW dated 13 March 2018 Combined Synopsis-Solicitation for Commerical Items (IAW FAR 12.603) 1 3 March 2018 CONTRACTING OFFICE ADDRESS Department of the Air Force, Air Force Installation Contracting Agency, 766 SCONS - Joint Base Pearl Harbor - Hickam (JBPH-H), 560 Central Ave. Bldg 287, JBPHH, HI 96860, United States DESCRIPTION This is a combined synopsis/solicitation prepared in accordance with (IAW) 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. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quote (RFQ) under the solicitation number FA521518Q8023. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017, Defense Federal Acquisition Regulation DPN 20161222, effective 22 Dec 2016, and AFAC 2017-0127, effective 27 Jan 2017. The applicable North American Industry Classification System (NAICS) code is 561990 All Other Support Services; the size standard is $11,000,000. This RFQ contains one (1) line item on a firm-fixed price basis. The line items are as follows: CLIN DESCRIPTION OF SERVICE QTY Unit Price Total Price 0001 Document shredding services 26 EA (Bi-weekly) $ $ ADDITIONAL REQUIREMENTS When quoting on this requirement please include the information below and do a price breakdown for the above mentioned CLINs: Cage Code: DUNS No: TIN: Payment Terms (i.e. Net 30): Date offer expires: Estimated Delivery Days: The place of performance address is as follows: 15th Medical Group, Building 559, Hickam AFB Mental Health Clinic, Building 554, Hickam AFB HPARC Clinic, Bio Environmental Clinic, Building 1113 Building 2070 Hickam AFB Hickam AFB Address any questions to the 2d Lt Desirae Morrison at desirae.morrison@us.af.mil or TSgt Jacob Davis at jacob.davis.3@us.af.mil by 4:00 PM Hawaii Standard Time, Friday, 23 March 2018. The FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 4:00 PM, Hawaii Standard Time (HST), Friday, 23 March 2018. All submissions shall be made via email to the to the Contracting Administrator, 2d Lt Desirae Morrison at desirae.morrison@us.af.mil or to the Contracting Officer, TSgt Jacob Davis at jacob.davis.3@us.af.mil. Proposal must reference the solicitation number FA521518Q8023. (k) System for Award Management (SAM). Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM before the exact time specified in the solicitation for the submission of offers, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. In addition FAR 52.212-2 (a) Evaluation - Commercial Items: the Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and technical considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. 1. Price: The Government will evaluate offers based on the total price for the basic requirement. To evaluate price reasonableness, a comparison will be made amongst all received proposals and the Government's estimate. 2. Technical Qualification: A vendor's proposal will be evaluated on technical acceptance. Proposals that do not meet technical requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. To be rated as Technically Acceptable, the quote must be for the brand name product specified above. Table 1. Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors must comply with the FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and ALT I. Offerors will comply with FAR 12.6 Offerors must comply with FAR 52.212-4, Contract Terms and Conditions - Commercial Items Offerors must comply with FAR 52-215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Class Deviation 2013-O0019) The following FAR clauses and provisions also apply: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-20 Predecessor of Offeror 52.204-22 Alternative Line Item Proposal 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations- Representation 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications 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 (Class Deviation 2013-O0019) 52.222-22 Previous Contracts and Compliance Reports 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representaion 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Disputes 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.253-1 Computer Generated Forms The following DFARS clauses and provisions also apply 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line-Item Structure 252.204-7015 Disclosure of Information on Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Items The following AFFARS clauses and provisions also apply 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) The following clauses and provisions apply to this solicitation and are included in full text: 52.217-8 -- Option to Extend Services. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) 52.252-5 Authorized Deviations in Provisions (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (a) The Contractor shall inform its employees in writing, in the predominant native language of the workforce, of contractor employee whistleblower rights and protections under 10 U.S.C. 2409, as described in subpart 203.9 of the Defense Federal Acquisition Regulation Supplement. (b) The Contractor shall include the substance of this clause, including this paragraph (b), in all subcontracts. (End of clause) 5352.201-9101 OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, The AFICA/KH Ombudsman is: AFICA/KH (Chief Enlisted Manager), AFICA/KH, address: 25 E. Street,Suite B-100, Joint Base Pearl Harbor-Hickam, HI 96853, phone number: (808) 449-8569, fascimile number: (808) 449-8571. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) List of Attachments Attachment 1 - Statement of Work dated 13 March 2018 Attachment 2 - Wage Determination Number 2015-5689, Revision Number 6, dated 01/10/2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/32544cfd62ac44cbc90d54d857128c66)
- Place of Performance
- Address: 15th Medical Group, JBPHH, Hawaii, 96853, United States
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN04851922-W 20180315/180313230852-32544cfd62ac44cbc90d54d857128c66 (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 |