DOCUMENT
R -- Records Management Follow-on - Attachment
- Notice Date
- 5/1/2018
- Notice Type
- Attachment
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
- ZIP Code
- 85723
- Solicitation Number
- 36C25818R0270
- Response Due
- 5/8/2018
- Archive Date
- 7/7/2018
- Point of Contact
- Michael Williams
- E-Mail Address
-
l.williams48@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. DRAFT PERFORMANCE WORK STATEMENT (PWS) DRAFT RECORDS STORAGE SERVICES 1. General: Description of Services: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform records storage and document destruction services as defined in this Performance Work Statement. 1.2 Objectives: Provide transportation and all appropriate packaging to pick up and transport records to the contractor provided storage facility Provide timely pick up of records Provide secure, off-site records storage services Provide timely and accurate retrieval of records Provide timely and secure document destruction services Period of Performance: The period of performance shall be for one (1) Base Period and four (4) 12-month option years. 1.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00am and 4:30pm local time (Arizona) Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.5 Place of Performance: The work to be performed under this contract will be performed at the contractor s facility for the purpose of records storage, record retrieval and document destruction. The contractor will perform work at the Government s facility for the purpose of picking up records. 1.6 Security Requirements: The contractor shall possess current NARA certification at the time of the proposal submission, and this certification must be maintained for the life of the contract. Contractor personnel performing work under this contract must have a National Agency Check (NAC) prior to performing any work under the contract, and must maintain the level of security required for the life of the contract. All contractor personnel perform services under this contract at the Government s facility need to maintain current (at least annually) completion of training in Privacy Awareness, Information Security, and HIPAA. 1.7 Insurance Requirements: The contractor shall maintain the following types of insurance during the life of the contract: Motor Vehicle General Liability Workers Compensation 2. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 2.1 General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. The contractor shall provide records storage services at a contractor provided facility. The contractor and the facility shall meet NARA standards, and the contractor shall provide and maintain current NARA certification. The contractor shall provide all labor for packing records and loading into the contractor provided transportation while on the SAVAHCS facility. The contractor shall also provide all labor for cataloging, unloading, moving, retrieving and destroying records. 2.2 Materials. The Contractor shall provide storage boxes and other packaging supplies if records are re-boxed by the contractor. 2.3 Equipment. The Contractor shall provide all necessary equipment (e.g., hand trucks) for moving and loading records into the contractor provided transportation, transporting the records from the SAVAHCS facility to the contractor s facility as well as for any return of records to SAVAHCS. The contractor shall also provide all necessary equipment for the destruction of records as may be required under the contract. The contractor s equipment and vehicles shall be properly maintained to ensure that there is no interruption in the ability to provide the services required by the contract. Contractor vehicles shall be locked when records are being transported and shall not be left unattended. Prospective contractors must be authorized/certified to provide the required service, and must show proof with any provided documents at the time of responding to this Sources Sought announcement Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Notice request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 493110 ($27.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Michael.Williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Standard Time on May 8, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818R0270/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818R0270 36C25818R0270.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4270617&FileName=36C25818R0270-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4270617&FileName=36C25818R0270-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818R0270 36C25818R0270.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4270617&FileName=36C25818R0270-000.docx)
- Place of Performance
- Address: 3601 S. 6th Avenue;Tucson, Arizona
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN04906565-W 20180503/180501230845-8da494db63d9343384b65fe013b4f3ab (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 |