SOLICITATION NOTICE
99 -- HSTS03-05-R-CAO071 - FORMERLY HSTS03-05-R-CPE150
- Notice Date
- 6/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- DHS - Border and Transportation Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street TSA-25, 10th Floor, Arlington, VA, 22202
- ZIP Code
- 22202
- Solicitation Number
- HSTS03-05-R-CAO071
- Response Due
- 7/8/2005
- Archive Date
- 7/23/2005
- Description
- *** If you have not already done so, please contact Mark Urciuolo by written request via e-mail (mark.urciuolo@associates.dhs.gov) for a copy of the applicable clauses and provisions, as well as TSA locations for potential shipment to include with your offer no later than July 5, 2005. No offers will be accepted without this. *** This is a combined synopsis/solicitation. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation, HSTS03-05-R-CAO071 (formerly HSTS03-05-R-CPE150), is issued as a Request for Proposal (RFP). This is a full and open solicitation. The Transportation Security Administration (TSA) has a requirement for ongoing ordering of containers for the recycling of inkjet and laser printer cartridges and the actual recycling of the cartridges as needed. TSA plans to establish a single, no cost contract to fulfill this requirement; however, the Government reserves the right to not award any contract and does not guarantee any order placements. The resultant contract award will be five (5) years in duration with an unlimited ceiling. The Government anticipates placing orders via no-cost delivery order. The services rendered are to be free of cost to the Government with the selected contractor entitled to keep the proceeds from recycling of the cartridges. Despite the services being free to the Government, the Government will still conduct a best value analysis to determine the awardee. Within this synopsis/solicitation are the Evaluation Criteria and Statement of Work for the recycling program, by which each company will be evaluated. The offeror must be capable of providing the supplies listed and delivered to the various locations. Offerors are requested to demonstrate their expertise through a written quotation. The written response to this RFP may be done in one (1) volume. The submission must not exceed 3 pages and must provide your firm?s capability statement and past performance references to provide for TSA wide deployment and collection of the containers. Statement of Work for Recycling Services 1. Introduction 1.1 Organization ? Transportation Security Administration (TSA) 1.1.1 Identification and Address Transportation Security Administration, Office of Occupational Safety, Health and Environment 701 South 12th St, Arlington VA 22202 2. Project Background and Objectives Executive Order 13101, Greening the Government through Waste Prevention, Recycling and Federal Acquisition, dated September 14, 1998, requires the Transportation Security Administration (TSA) to implement a waste prevention and recycling program at its facilities. It also calls for TSA?s procurement of environmentally preferable products. TSA?s Environmental Policy Statement establishes that while the ?primary mission of TSA is to protect the security of the Nation?s transportation systems?? that ?a major strategy for accomplishing this mission is to protect communities and the natural environment affected by our transportation security activities.? To this extent, TSA endeavors to establish a recycling program for printer cartridges at all TSA airport locations. 3. Technical Services Required 3.1 Task Description The Vendor shall provide recycling services for inkjet and laser printer cartridges to all Federalized airports in and outside the Continental United States, as well as TSA Headquarters and Field Offices. 3.2 Scope of Work The Vendor shall be responsible for storage, collection and ultimate recycling of inkjet and laser printer cartridges. 3.3 Statement of Work 3.3.1 Description 3.3.2 The Contractor shall deliver recycling containers to any Federalized Airport in or outside the Continental United States, as well as to TSA Headquarters and Field Offices. The Contractor shall deliver the containers at no cost the Government. The containers shall arrive with postage pre-paid so that they may be mailed back to the Contractor when full at no cost to the Government. The Contractor shall supply the recycling containers as described below: a. Plastic bags or cardboard boxes to collect inkjet cartridges b. Plastic bags or cardboard boxes to collect laser printer cartridges The Contractor shall recycle all cartridges upon receipt of a full container from any Federalized airport, TSA Headquarters or Field Office. The Contractor shall provide proof of recycling. No cost shall be incurred upon the Government in the completion of these tasks. 4. Deliverables 4.1 Itemized list and due dates Containers shall be due to their specified location within 14 days of the receipt of the order by the Contractor. 4.2 Acceptance Criteria Proof of recycling shall be verified by a Certificate of Completion in mutually acceptable Contractor format. 4.3 Delivery Instructions The Government shall provide the location and instructions for delivery with each order for an individual airport, field office or TSA Headquarters. 5. Government Furnished Resources 5.1 Facilities, Supplies and Services Containers will be located in Government spaces at each Federalized Airport, TSA field office and TSA Headquarters in Arlington, Virginia. 5.2 Information Sources The Government will supply the location for delivery of each container. 5.3 Documentation Proof of recycling shall be verified by a Certificate of Completion in mutually acceptable Contractor format. 6. Contractor Furnished Resources 6.1 Facilities, Supplies and Services The Contractor shall supply all shipping containers, all postage required for the mailing of the containers and all labor provided to ship the containers to each airport, receive the containers back from the airport/HQ/Field Office and ensure that the cartridges are recycled. 7. Administrative Considerations 7.1 Government Contacts 7.1.1 Acquisition The Contract Specialist for the Government is Mr. Mark Urciuolo, mark.urciuolo@associates.dhs.gov, 571-227-4213. The Contracting Officer (CO) for the Government is Mr. Marvin Grubbs, marvin.grubbs@dhs.gov, 571-227-1581. 7.1.2 Technical The Technical Point of Contact for the Government is Ms. Kathryn Jones, kathryn.jones@dhs.gov, 571-227-1116. 7.2 Place of Performance/Work Location Collection of the cartridges shall take place at specified Federalized Airports, TSA Headquarters and designated Field Offices. Recycling of the cartridges shall take place at the facility designated by the Contractor. 7.3 Hours of Work Hours of work are not specified in this contract. Since this contract is at no cost to the Government, hours of work are to be set and regulated by the Contractor. 7.4 Period of Performance The period of performance of this contract shall be a period of 60 months, from 1 August 2005 through 31 July 2010. 7.5 Other Direct Costs This contract shall be performed at no cost to the Government. No costs are allowable, either direct or indirect that will result in a required expenditure by the Government. 8. Special Instructions There are no special instructions required of the Contractor by the Government in the performance of this contract. Please demonstrate your understanding of the requirement and your ability to successfully complete the effort as stated in the SOW by addressing the following: 1. Describe your firm?s technical and management approach via a detailed capability statement in meeting the requirements, at a minimum, contained in the SOW. 2. Provide past performance references for same or similar current effort as being solicited herein. Pleas include company/agency name, period of performance, point of contract, telephone and e-mail address. The Offeror shall provide three (3) separate (not from the same company/contracting officer) references with a brief description of previous projects and similar size and complexity. ?Similar size and complexity? for the purpose of the evaluation means: similar in dollar amount; number of client/customer employees serviced and number of employees supervised. The TSA may contact those references during the evaluation process to verify relevant experience and level of performance. Even though this will be a no cost contract, you should also provide the dollar amount for the referenced projects, how long personnel have been employed on similar projects and what their previous positions, duties and responsibilities were. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Each example of past performance shall include: a) Contract Number b) Contract Description c) Contract Amount and Type of Contract d) Period of Performance e) Name, address, E-mail address (if available) and telephone number and FAX number of the customer (if a Government contract, please provide the name and telephone number of the Contracting Officer and the COR. If commercial, provide the technical and contracting equivalent). f) Size and complexity of the project. g) Whether all options were exercised, if applicable. For all past performance information, please ensure that the company names, names of points of contact, E-mail addresses, telephone and FAX numbers are current. The Government will not make repeated efforts to contact the references if the information is incorrect. You should also notify the references that their names have been submitted and that the TSA may be contacting them. For any subcontractor performing a critical element of the work, please furnish at least three references for similar projects. You should also provide a description of the work performed, the dollar amount and duration of the project, and the number of subcontractor employees working on the project. Please provide the following information: Technical POC Alternate Technical POC Name Name Title Title Address Address Phone/Fax/ E-mail Phone / Fax/ E-mail Contracting POC Alternate Contracting POC Name Name Title Title Address Address Phone/Fax / E-mail Phone / Fax / E-mail (1) CAGE CODE: __________ (2) DUNS NUMBER: ___________ (3) TIN: ____________ (4) Registered in the CCR? YES ____ NO_______ TSA is exempt from sales tax and does not have to file a Tax Exemption form since the Commonwealth of Virginia does not require any form or filing to achieve tax exempt status. TSA?s FEIN = 800038533 Submission: Please submit your offer no later than 5pm Eastern Standard Time July 8, 2005. Email submission is acceptable to mark.urciuolo@associates.dhs.gov or marvin.grubbs@dhs.gov. Offers must be received by the Contracting Officer no later than the exact time specified to be considered for award. The Late Submissions, Modifications, Revisions and Withdrawals provision shall govern as provided in the applicable clauses and provisions. It is your firm?s responsibility to confirm receipt. Evaluation: Your offer will be evaluated in accordance with the following criteria, which are considered to be of relative equal importance, which will be considered in the analysis of best value, will be used to evaluate and select a contractor for this award. Since this will be a no cost contract to the Government, for any Offerors that are equal in evaluation, shortest delivery time will be the determining factor: Technical Evaluation Criteria: Your technical capabilities, as demonstrated in both the written technical quotation, will be evaluated to determine your understanding and proven ability to provide the storage units as specified, maintain adequate stock and meet customer demands. In addition to technical capabilities, please provide an estimate on turnaround time for shipping containers to various airports/field offices/TSA HQ in Arlington, VA. A list of airports is attached to the RFP. The list is current but may not represent all airports in which TSA operates. Past Performance Evaluation Criterion: The following factor will be considered in evaluating the Offeror?s past performance: demonstrated record (as confirmed by references) of successful past performance of the same or similar projects of this scope on time within budget. Pricing Evaluation Criteria: Because this contract and the resulting delivery orders will be of no cost to the Government, pricing is not a factor in the Government?s evaluation. Offers shall be submitted for all products and services solicited, i.e. all or none. Selection: The Government will select a contractor for this award on a best value basis. In determining the best value, the Government will evaluate which offeror represents the greatest potential to provide the most timely, efficient and reliable recycling containers and services for TSA. Any questions raised concerning this RFP must be submitted in writing by 3:00 pm EST June 30, 2005. Please contact Mark Urciuolo or Marvin Grubbs at the above e-mail address for any additional information regarding this synopsis/solicitation.
- Place of Performance
- Address: As assigned by need in contract
- Record
- SN00832409-W 20050622/050620211522 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |