SOLICITATION NOTICE
R -- Shredding Services in Hawaii
- Notice Date
- 5/17/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152
- Solicitation Number
- N66001-19-Q-6521
- Response Due
- 5/28/2019
- Archive Date
- 6/27/2019
- Point of Contact
- Point of Contact - Lawrence Chu, Contract Specialist, 6195534380; Richard Anderson, Contracting Officer, 619-553-6588
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. Competitive quotes are being requested under Request For Quote (RFQ) Number N66001- 19-Q-6521. The North American Industry Classification System (NAICS) code applicable to this acquisition is 561990, All Other Support Services and the small business size standard is $11.0 million. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business Concerns will be accepted by the Government. Any quote that is submitted by a non-Small Business Concern will not be considered for award. DESCRIPTION OF REQUIREMENTS The Government is seeking to acquire services for shredding Controlled Unclassified Information (CUI) paper material in accordance with Department of Defense shredding policy. To be considered acceptable and eligible for award, quotes must provide all of the items and quantities listed below. The Government will not consider quotes or offers for partial items or quantities. Anticipated contract line items are as follows: ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE 0001 Shredding Service Base Period 20,000 lbs. lbs.@($_______ / lbs.) 0002 Option period 1 20,000 lbs. lbs.@($_______ / lbs.) 0003 Option period 2 20,000 lbs. lbs.@($_______ / lbs.) 0004 Option period 3 20,000 lbs. lbs.@($_______ / lbs.) 0005 Option period 4 20,000 lbs. lbs.@($_______ / lbs.) Total Cost: $________ for 100,000 lbs. at ($______/lbs.) The expected Period of Performance for this effort is from time of award through one year (with 4 one year option periods). The anticipated place of performance for the effort is: Contractor's facility. OFFEROR INSTRUCTIONS The Government will award a Labor Hour contract modified to a firm fixed price per pound type contract resulting from this solicitation to the responsible offer whose quotation conforming to the solicitation represents the most advantageous offer to the Government as defined in the 'EVALUATION FACTORS FOR AWARD' Section below. A complete quote must be received for consideration. Respond to each item listed below, if the response is "None" or "Not applicable," explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be unacceptable and ineligible for contract award. A complete quote includes a response and submission to each of the following: 1. General Information: Offeror Business Name, Address, Cage and DUNS Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, and Primary Point of Contract (to include telephone and e-mail address). 2. Technical Acceptability Documentation: a. Technical Approach or Specifications: Include a separate concise, clear, and descriptive narrative, the offeror shall demonstrate technical experience or capability of work as described in the Statement of Work. In addition, the contractor shall provide a statement stating contractor is able to perform the work in Oahu, Honolulu Hawaii at time of award. The offer must address and meet the requirements/specifications as defined under Technical Acceptability in Factor I below. b. Sustainable Acquisitions Information and Certification: The contractor shall comply with all sustainable acquisition policies in an effort to minimize the Government's environmental impact and deliver community benefits through better selection and improved usage of products and services. In accordance FAR 23, sustainable acquisition policies apply to both contracts for supplies and services that require the delivery, use, or furnishing of products/services to the Government. Indicate if any the following sustainable acquisition categories apply to any products or services proposed: Energy Efficient, Water Efficient, Recycled, Bio-Based, Environmentally Preferable, Non-ozone depleting substances, Less Toxic and/or Less GHGs. 3. Price Quote: Submit complete pricing for each individual item listed in the "DESCRIPTION OF REQUIREMENTS" Section above to include the unit of issue, the extended price for each line item and a total price in US Dollars ($). The government is looking for a quote for price per pound of material to be shredded for up to 20,000 pounds of paper material per year. 4. Commercial Warranty: If available, provide the terms and length of the Workmanship and/or Manufacturer Warranty on the product(s) and/or services proposed included in the proposed purchase price. EVALUATION FACTORS FOR AWARD: Basis For Award: In accordance with FAR 52.212-2, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor I Technical Acceptability: The Government will evaluate the quote to see if the following specification requirements are met to include all information required for a complete quote as defined in paragraph #2 above: - Descriptive narrative demonstrating technical experience of work as described in the Statement of Work. - Statement stating contractor is able to provide the services in Oahu, Honolulu Hawaii. Factor II Price: The Government will evaluate the total price to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm- fixed-price for all line items. The total firm-fixed-price shall include all applicable taxes, shipping, and handling costs to the shipping address listed above as outlined in paragraph #3 above. Notice: Any offer rated "Unacceptable" under any one of the above factors may be determined to be ineligible for contract award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means offerors shall have registered CAGE and DUNS Codes. Questions Due Date and Submission Requirements: All questions must be received before 22 May 2019 at 05:00PM, Pacific Time. Questions can be directed to richard.l.anderson7@navy.mil, Include RFQ# N66001-19-Q-6521 on all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on 28 May 2019 at 02:00 PM, Pacific Time. Quotes must be uploaded on the SPAWAR e-Commerce website at https://e-commerce.sscno.nmci.navy.mil, under SSC Pacific/Simplified Acquisitions/N66001-19-Q-6521. E-mail quotes or offers will not be accepted and late quotes will not be accepted. SPAWAR e-Commerce website Assistance: For e-Commerce technical issues, contact the SPAWAR Paperless Initiatives Help Desk at 858-537-0644 or paperless.spawar@navy.mil. Government RFQ Point of Contract: The point of contact for this solicitation is Lawrence Chu and Richard L. Anderson, Lawrence.chu@navy.mil and Richard.l.anderson7@navy.mil respectively. Reference RFQ# N66001-19-Q-6521 on all email exchanges regarding this acquisition. RFQ ATTACHMENTS 1. SOW APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-02TA and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20190215. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil or https://acquistion.gov/far/. The following FAR provisions apply to this acquisition: 52.216-1 The Government contemplates award of a labor hour type contract resulting from this solicitation. The following FAR and DFARS provisions, incorporated by reference, apply to this acquisition: 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to OfferorsCommercial Items (CLASS DEVIATION 2018-O0013) 52.212-3 Offeror Representations and CertificationsCommercial Items 52.216-31 Time-and-Materials/Labor-Hour Proposal RequirementsCommercial Item Acquisition. 252.203-7005 Representation Relating to Compensation of Former DoD Officials FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition and includes the following clauses by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters 52.209-12 Certification Regarding Tax Matters 52.212-4 Contract Terms and ConditionsCommercial Items 52.219-6 Notice of Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child LaborCooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States 52.232-33 Payment by Electronic Funds TransferSystem for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim The following FAR and DFARS clauses, incorporated by reference, apply to this acquisition: 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.212-4 Contract Terms and ConditionsCommercial Items 52.232-7 Payments under Time-and- Materials and Labor-Hour Contracts 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/b15f57aa63d0cbcf5a786d0ca118c94c)
- Record
- SN05315716-F 20190519/190517230027 (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 |