Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
DOCUMENT

70 -- Incineration of Agency Records - Attachment

Notice Date
4/13/2018
 
Notice Type
Attachment
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
36C10A18Q0112
 
Archive Date
4/28/2018
 
Point of Contact
Kendra Bell
 
E-Mail Address
1-4438<br
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Incineration Services for Records contains Veteran Sensitive Information Amendment 1: This action will be procured on General Services Administration (GSA) Federal Supply Schedule (FSS) unrestricted. The link below will direct you to the GSA website. https://www.gsaadvantage.gov/advantage/ebuy/start_page.do?app=ebuy&source=elibrary THIS IS A Sources Sought Notice ONLY. The Department of Veterans Affairs (VA) Office of Information & Technology desires to procure Incineration Services. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 562219 Other Nonhazardous Waste Treatment and Disposal. A brief synopsis of the required services is provided below: The requirement is to provide the VA, Records Center and Vault, contractor services to destroy at least 200 tons cardboard and paper-based waste by direct hopper-fed incineration, bypassing any pit processing. The box exterior surfaces and interior contents contain protected health information (PHI), personal identifiable information (PII), and VA sensitive information that are required by federal law to be destroyed beyond reconstruction and readability. RCV requires contractor support to destroy by incineration at a contractor facility that is within 350 miles of the RCV (zip code 64850). Approximately 44 pallets (30 tons) of boxes and their contents shall be destroyed per appointment (8 to 10 hour time-frame). Secure transportation of pallets (via 53-foot tractor trailer) to the incineration site shall be provided by the Government. Services must be witnessed by VA RCV employees, who are tasked with controlling physical access to pallets during unloading and staging, and confirming that all VA pallet contents are placed into the furnace feed chute during the scheduled appointment time-frame. The materials to be destroyed include corrugated fiberboard boxes, shrink-wrapped, and banded to 40 x 48 pallets. The contents include paper documents, trace amounts of electronic/film storage media (CDs, DVDs, microfiche, etc.), and the various folders, envelopes, binders, and cases used to store and protect these types of media. All contractor resources shall be legally authorized to work in the United States. The Contractor shall be capable of meeting the terms and conditions of a VHA Business Associate Agreement. Be advised that set-aside decisions may be made based on the information provided in response to this sources sought. Responses should be as complete and informative as possible. It is requested that interested offerors respond to the following questions: a. Provide a summary of your technical capability to meet the requirements, including any specific experience with similar requirements. Please include a brief explanation of how you would approach this requirement. This should be limited to two pages. b. Please provide any existing contract vehicles (GSA FSS, GWAC, etc) you currently hold for which this requirement would be within scope c. Please state your business size and socio-economic status under the applicable NAICs. Small businesses should also include information as to: 1) The intent and ability to meet set-aside requirements for performance of this effort, if applicable 2) Information as to proposed teaming arrangements, the percentage of work each is to perform and which Performance Work Statement requirements are planned to be subcontracted, if applicable 3) In accordance with FAR 52.219-14, Limitations on Subcontracting, indicate whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% concern requirement. RESPONSES In response to this sources sought, please provided: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. The following information details the Government s intent for this acquisition: The primary NAICS code for this effort is 562219 A Firm-Fixed Price Blanket Purchase Agreement issued under the General Services Administration (GSA) Federal Supply Schedule (FSS) is contemplated VA anticipates awarding the task order to only one responsive, responsible contractor. Place of Performance will be in a single facility selected by the Contractor that is within 350 miles (a single day s drive) of the RCV facility located in Neosho, Missouri. RESPONSE SUBMISSION Please submit responses via email to Kendra.Bell@va.gov by 1:00 PM EST, March 27, 2018. Responses should also include a contact name, point of contact, phone number, DUNS number, CAGE code, email address, as well as your GSA contract number. VA reserves the right not to respond to any or all emails or materials submitted. DISCLAIMER Reminder: This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Source Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7236224dab35b3a047accbc6d384e967)
 
Document(s)
Attachment
 
File Name: 36C10A18Q0112 36C10A18Q0112_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227212&FileName=36C10A18Q0112-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4227212&FileName=36C10A18Q0112-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04888681-W 20180415/180413230610-7236224dab35b3a047accbc6d384e967 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.