Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOLICITATION NOTICE

R -- On-Site Shredding of unclassified office garde paper, media products - Fort Bragg, NC

Notice Date
10/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124709T0014
 
Response Due
10/27/2008
 
Archive Date
12/26/2008
 
Point of Contact
Heather Clifton, 910-907-4748<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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; offers are being requested and a written solicitation will not be issued. This solicitation number is W9124709T0014, and is issued as a Request for Quotation (RFQ). The USACAPOC is seeking quotes for a Firm Fixed Price contract for the shredding and disposal/recycling of unclassified documentation on Fort Bragg, NC. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 561990 with small business standard of $7.0 million or less annual gross revenue. This requirement is to shred and collect approximately 12, 96-gallon locked containers at a minimum of once per week; provide all personnel and equipment necessary to empty containers and ensure containers are locked; assume responsibility for shredded waste after collection when en route and at destruction facility; destroy all waste in accordance with commercial industry standards for sensitive waste; ensure contents of containers will not be disclosed or made available to unauthorized personnel; all waste materials shall be comingled with similar type waste from other agencies during destruction process; and report pounds of waste, recycled or disposed, location off site where shredded documents have gone to. The contractor shall screen collected waste materials for articles which are unable to go through the destruction process. The Period of Performance will be one base year; starting 01 November 2008 to 31 October 2009, plus four option periods. All required services will take place at Buildings E-2929, H-1715, AT-5033 on Fort Bragg, North Carolina. The Contractor shall perform the services required during the hours of 10:00 a.m. to 3:00 p.m., Monday through Friday (except holidays). There will be no weekend pickup. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors. The following factor shall be used to evaluate offers: (i) price. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, Central Contractor Registration Alternate A; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option To Extend Services; FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; FAR 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; DFARS 252.243-7001, Pricing Of Contract Modifications; DFARS 252.204-7004, Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a)(a) Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. The Contractor shall submit payment request using the following electronic method: upon completion of this purchase order the contractor shall submit original invoice to the Government COR. An additional copy shall be furnished to Ms. Heather Clifton at the Mission & Installation Contracting Command (MICC) Center Fort Bragg, Bldg 2-1105 Macomb Street, Fort Bragg, NC 28310-5000, (910) 907-4748/ Fax (910) 396-7872 or heather.clifton@us.army.mil. The invoice shall be prepared, dated, and mailed or faxed after the services have been provided. b) Payment will be made via Government Purchase Card (GPC) Applicable clauses under FAR 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment be Electronic Funds Transfer Central Contractor Registration; 52.222-41, Service contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. Applicable clauses under DFARS 252.212-7001: 252.225-7036, Buy America Act-Free Trade Agreements-Balance of Payments Program. ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 7) dated 5/29/2008. A copy of this Wage Determination can be found at http://www.wdol.gov. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: Code 99711 Recycling Specialist $12.99 WG 5 Step 1 $14.46. Quote submission shall be forwarded by Monday, October 27, 2008, 12:00 noon local standard time using either facsimile at (910) 396-7872, e-mail at heather.clifton@us.army.mil, or mail to Mission & Installation Contracting Command (MICC) Center, Fort Bragg, Bldg. 2-1105/C Macomb St, Fort Bragg, NC 28310-5000.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bb92cdeb72fe70eccfee2742112092a&tab=core&_cview=1)
 
Place of Performance
Address: Mission & Installation Contracting Command (MICC) Center - Fort Bragg MICC Center - Fort Bragg, ATTN: SFCA-SR-BR, Building 2-1105 Macomb Street Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01694596-W 20081023/081021221258-2bb92cdeb72fe70eccfee2742112092a (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.