SOLICITATION NOTICE
R -- Shredder Services
- Notice Date
- 11/13/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Installation Support Division - Eustis, ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0
- Response Due
- 11/20/2008
- Archive Date
- 1/19/2009
- Point of Contact
- JUANITA L. MEREDITH, 757 878-2800<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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. The solicitation number for this procurement is W911S0-09-Q-0001 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-27 and Defense Federal Acquisition Regulation Supplement Change Notice DCN 20081020. For informational purposes the North American Industry Classification System (NAICS) code is 541990, All Other Professional, Scientific and Technical Services. This acquisition is being solicited as full and open competition. This is a firm-fixed price acquisition and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable. Work Description The Contractor is to provide McDonald Army Health Center (MCAHC), Building 576, Fort Eustis, and its outlying buildings; Fort Monroe, and Fort Story with secure, on-site destruction of sensitive documents, hard drives and CDs containing patient and employee personal identfiable information. Contract is for one (1) base year and four (4) option years. Please see attached Performance Work Statement (PWS) for complete description of services. CLIN 0001 Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for base year is 24 November 2008 thru 30 September 2009. CLIN 1001 Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for first option year is 1 October 2009 30 September 2010. CLIN 2001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for second option year is 1 October 2010 30 September 2011. CLIN 3001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for third option year is 1 October 2011 30 September 2012. CLIN 4001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for fourth option year is 1 October 2012 30 September 2013. The technical expert will evaluate the quotes by comparing the information furnished by the offeror and specifications provided in the PWS. The PWS and Performance Requirement Summary (PRS) are attached. The following clauses are hereby incorporated: FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; FAR 52.219-6, FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201); FAR 52.222-50, Combating Trafficking in Persons (AUG 2007); FAR 52.225-1, Buy American Act-Balance of Payments Program Supplies; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments; FAR 222-41, Service Contract Act of 1965 (NOV 2007)(41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29U.S.C. 206 and 41 U.S.C. 351, et. seq.); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (NOV 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992); DFARS 252.204-7004, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Payment by Third Party, 52.232.36; DFARS 252.232-7003, Electronic Submission of Payment Requests; Wage Determination No.: 2005-2543. The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, pricing for the whole year, any discount terms, best delivery date for FOB Destination, shredder procedures, type of machinery to be used, acknowledgement of all RFQ amendments (if applicable), and provide a Quality Assurance Surveillance Plan. Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability. Response Time: All quotes will be accepted at the Mission & Installation Contracting Center located at 2746 Harrison Loop, Fort Eustis, VA 23604-5292, no later than 1200 EST on 20 November 2008. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 757-878-2904 or by e-mail to juanita.meredith@us.army.mil, or mailed and received before the deadline to the attention of Juanita Meredith at Mission & Installation Contracting Center - Fort Eustis, 2746 Harrison Loop, and Fort Eustis, VA 23604-5292. PERFORMANCE WORK STATEMENT 1. INTRODUCTION: This Performance Work Statement (PWS) is to provide McDonald Army Health Center (MCAHC) Building 576, Fort Eustis, and its outlying buildings, as identified below, on Forts Eustis, Monroe and Story with secure, on site, destruction of sensitive documents, hard drives and CDs. These materials contain patients and employees personally identifiable information. MCAHCs outlying buildings consist of buildings 515, 516, 574, 575, 577,579 and 580 on the McDonald Army Health Center grounds; Buildings 2788, 2792, 2794, 2115, 664, 669, and 1386 on Fort Eustis; Building 82 (shared with the Installation) only the Medical/Dental areas of Craven Army Health Clinic on Fort Monroe in Hampton; and Building 649 Fort Story Health and Dental Clinic, 533 Veterinary Clinic and 534 Army Substance Abuse Program on Fort Story in Virginia Beach. Outlying sites are not limited to the above locations. Additional sites or changes shall be available upon MCAHCs request. 2. BACKGROUND: McDonald Army Health Center and the other 18 buildings falling under McDonald Army Health Centers guidance require these services to ensure the proper destruction of documents and electronic media that contain the personally identifiable information of our patients and employees. This information is protected under the Health Insurance Portability and Accountability Act (HIPAA). 3. PERIOD OF PERFORMANCE: This contract will consist of 1 base year and 4 option years. The base year will be from 24 November 2008 thru 30 September 2009. The first option year will be from 1 October 2009 - 30 September 2010. The second option year will be from 01 October 2010-30 September 2011. The third option year will be from 01 October 2011- 30 September 2012. The fourth option year will be from 01 October 2012- 30 September 2013. 4. SCOPE: The contractor shall provide the following. a. The contractor shall provide a minimum of 65 large lockable paper collection stations. These collection stations shall be dispersed as follows: 52 stations throughout all of the buildings on Fort Eustis (to include each individual clinic in the health center itself), 10 stations throughout all of the clinics in Craven Army Health and Dental Clinic on Fort Monroe and 3 collection stations dispersed in each of the buildings on Fort Story. The contractor should also be able to provide smaller, under desk consoles, to areas where space is unavailable for a larger collection stations. Extra bags or collection stations shall be provided to areas where large quantities of materials are generated, depending on the physical security of the areas. b. The contractor shall provide secure, mobile on site destruction of all materials. c. The contractor shall provide all necessary equipment and personnel to properly collect and shred all materials. d. There will be no available space or work areas on the premises for additional equipment to be added. Equipment must be mobile, self contained and not require any electrical hookups. e. No material will be allowed off the grounds unless destruction is completed. f. The materials being offered for destruction shall include paper documents and all electronic storage media, to include compact disks, diskettes, and hard drives. g. Contractors employees shall check with the Health Centers Information Assurance Officer at (757) 314-7783, Building 515, 0730-4:30 hours, upon arrival on site to collect any electronic media for destruction. These items are sensitive (containing personally identifiable information), and maintenance of their physical security is essential until their final destruction. h. Destruction services are not required on federal holidays, or during the closure of the post and/or facility for emergency situations. i. The contractor shall provide on site document/media destruction for Fort Eustis as follows: McDonald Army Health Center (buildings 515, 516, 574, 575, 576, 577, 579, 580), refill pharmacy (building 1386) and Tignor Dental clinic (bldg. 669) on a weekly basis, on the 1st Mondays; Warrior Transition Unit (building 2128), buildings 2794, 2792, and 2788 every 2 weeks, on the 2nd Monday; and Brigade Aid Station (building 664) every 8 weeks, on Monday. j. The contractor shall provide on site document/media destruction for Fort Monroe, Craven Army Health and Dental Clinic, building 82 (Medical side only), once a month, on every 4th Tuesday. k. The contractor shall provide on site document/media destruction for Fort Story, buildings 649, 533 and 534 every 8 weeks on Thursday. l. The contractor shall provide documentation for the on site destruction of all materials, to include the names of the representatives destroying the material, identification of the equipment that destroyed the material and amount of time taken to perform collection and destruction of materials. m. Contractor shall participate in green procurement (recycling program) to recycle shredded documents and reduce output of waste. n. Contractor shall provide cross cut shredding process with pieces no larger than of an inch. o. The contractor will be responsible for all required information and credentials needed to access the installation. This can be obtained by contacting the installation Pass Office at (757) 878-1878. Chart for the Performance Requirement Summary will be sent once I receive response.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b89e7b0fe98136679c651ec22f825417&tab=core&_cview=1)
- Place of Performance
- Address: MICC- Fort Eustis ATTN: ATZF-DPC, 2746 Harrison Loop Complex Fort Eustis VA<br />
- Zip Code: 23604-5538<br />
- Zip Code: 23604-5538<br />
- Record
- SN01704428-W 20081115/081113215700-b89e7b0fe98136679c651ec22f825417 (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 |