SOURCES SOUGHT
R -- Document Shredding/Destruction
- Notice Date
- 1/11/2023 7:40:24 AM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- W6QM MICC-FT CARSON FORT CARSON CO 80913-5198 USA
- ZIP Code
- 80913-5198
- Solicitation Number
- PANMCC23P0000001995
- Response Due
- 1/17/2023 11:00:00 AM
- Point of Contact
- Annie Shepherd, Dorothy F. Bell
- E-Mail Address
-
annie.l.shepherd.civ@army.mil, dorothy.f.bell.civ@army.mil
(annie.l.shepherd.civ@army.mil, dorothy.f.bell.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURSCE SOUGHT. The U.S. Government desires to procure On-Site Document Shredding and Hard Drive Destruction Services for the Evans Community Army Hospital located on Fort Carson, Colorado on a small business set-aside basis, provided 2 or more qualified small businesses respond to this source sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled VeteranOwned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. 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 U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government 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 Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 561990 and the small business size standard is $11 million.� �A continuing need is anticipated for Document Shredding and Hard Drive Destruction Services which are currently being fulfilled through current contracts W911RZ-17-P-0081 and W911RZ-18-P-0047. Material to be destroyed includes paper, paper with staples and/or paperclips, plastic, radiological-films, disks, hard drives, tapes and cell phones. Any excessive amount of material other than paper (e.g., a large volume of radiological films) will require notification to the contractor, for the intent of handling as a ""non- recyclable material"". All paper will be recycled at no additional cost to the government. �Document and hard drive destruction shall meet HIPAA and Joint Commission Standards to certify destruction of Privacy Act material in a medical environment. Ensure compliance with Health Insurance Portability and Accountability Act of 1996, Privacy and Security of Protected Health Information (April 2005). All information will be in compliance with HIPAA. Document Destruction Services consist of but limited to: A. On Site Secure Document Destruction/Shredding Services. Document destruction of approximately 14,500 pounds of material per month on a biweekly (26 times a year) schedule. B. On Site quarterly destruction service of large bulk documents Not to Exceed 30,000 pounds. C. Rental of approximately 200 secure consoles in accordance with the performance work statement (PWS). Charges will be made monthly with invoicing of shredding service. Consoles should be approximately 36"" x 19"" x 19"" and capable of holding 100 lbs. of paper for destruction. �D. Hard Drive Shredding, approximately 650 per year �E. Tape Shredding, approximately 300 tapes per year �F. Cell phone destruction, approximately 300 phones per year. The expected period of performance is a base year plus four (4) one-year options. �In response to this source sought, interested parties who consider themselves qualified to perform the abovelisted services are invited to submit their company's capabilities and responses to the eight questions below no later than 12:00 p.m. Mountain Standard Time on 12 �January 2023. All responses under this Sources Sought Notice, PANMCC23P0000001995 shall be emailed to Annie L. Shepherd, at annie.l.shepherd.civ@army.mil and Dorothy F. Bell, at dorothy.f.bell.civ@army.mil 1. 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. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. NO CLASSIFIED INFORMATION shall be submitted in response to this RFI Place of Contract Performance: Fort Carson, CO 80913 �Fort Carson, Colorado 80913 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8de08e6b8ed4b7ba94a9c59e8f1a87a/view)
- Place of Performance
- Address: Colorado Springs, CO 80913, USA
- Zip Code: 80913
- Country: USA
- Zip Code: 80913
- Record
- SN06562201-F 20230113/230111230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |