Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

99 -- No-cost Electronics Recycling - Statement of Work - As Amended on 7/25/12

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
20070034
 
Archive Date
8/16/2012
 
Point of Contact
Cynthia C. Young, Phone: 317-614-4575
 
E-Mail Address
cynthia.young@dhs.gov
(cynthia.young@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of work (SOW) as amended on 7-25-12. This SOW takes the place of the SOW originally posted with this RFQ. Note: Solicitation amended on 7/25/12 for the following: (1) Add estimated weight of items to be recycled. (2) Change the requirement for R2/RIOS certification to R2 or e-Stewards. (3) Clarify that the prohibition on secondary or downstream vendors applies only to radio equipment. (4) To attach a revised Statement of Work dated 7/25/12 to reflect the changes identified above. This solicitation is issued as a competitive Request for Quotation (RFQ). This is a full and open solicitation. The applicable NAICS Code is 562998. U.S. Customs and Border Protection (CBP), Office of Information and Technology (OIT), Hi-Tech, is disposing of a large amount of radio communication equipment. It is estimated, but not guaranteed, that thousands of pieces of equipment will be disposed of. CBP currently has over 5,600 lbs. of radio equipment waiting to be picked up today, and this number increases daily. In an effort to support a "Green Environment" concept, CBP is seeking a vendor to pick up, remove, and transport the equipment off CBP premises, all at no cost to the Government, and recycle and/or dispose of the items as described in the attachment statement of work (SOW). CBP plans to establish a single, no-cost purchase order to fulfill this requirement. The resultant award will be one (1) year in duration with three (3) one-year option periods. The services rendered must be entirely free of cost to the Government. See Attachment 1, Statement of Work, for a detailed description of technical requirements. The Government will award a no-cost purchase order to the contractor whose quote is determined to be most advantageous to the Government based on the evaluation criteria of technical capability and past performance. Price is not a factor in the Government's evaluation since award will be made at no cost. Technical Capability-- For the Technical Capability evaluation factor, the Government will evaluate the contractor's capability to provide timely, efficient, and reliable recycling services for CBP. The Government will evaluate each contractor's technical approach for satisfying the requirement to determine whether the contractor has demonstrated a clear understanding of the work to be performed, including competent and thorough knowledge of the requirements as stated in the Statement of Work (SOW), as well as the resources, tools and methods to meet the requirements. The contractor's technical capabilities as demonstrated in the written technical quotation will be evaluated to determine their understanding and proven ability to provide the shredding, smelting, and/or total meltdown of all waste. For radio equipment, no secondary or downstream vendors are authorized to participate in the destruction process; rather, the vendor must provide all contemplated services without subcontracting for any component of this process. Due to the security risk involving waste equipment, refurbishment, redistribution, or resale of whole equipment to the public is not authorized. Written quotations must sufficiently demonstrate the vendor's ability to meet all of the requirements of the SOW, including, but not limited to, the "Special Considerations" outlined in Section 10 of the SOW concerning the Contractor's possession of necessary permits and/or licenses and proper management of materials under federal environmental and/or transportation requirements. As part of this evaluation factor, contractors must demonstrate that they are R2 or e-Stewards certified electronics recyclers. In addition to technical capabilities, vendors must substantiate their ability to meet the required turnaround time of 24-48 hours in responding to requests and picking up waste containers from the addresses listed in Section 7 of the SOW. Past Performance-- The following will be considered in evaluating a Contractor's past performance: Demonstrated record (as confirmed by references) of recent successful past performance of efforts of similar size and complexity to that being solicited herein. Recent past performance is defined as all or part of the period of performance having occurred within 36 months of RFQ closing date. An effort of "similar size and complexity" for the purpose of this evaluation means a similar volume of waste material recycled, and a similar number of sites serviced. No-cost contracts similar to the one currently being solicited are preferred as past performance references. Contractors shall provide two (2) separate past performance references. The past performance submission shall include company/agency name, period of performance, point of contact, telephone and e-mail address. Additionally, for each reference, the contractor shall provide a brief description of how the identified effort is similar in size and complexity to the effort being solicited. Contractors shall also provide the dollar amount for referenced projects if they were not performed at no cost. Dollar amount as described herein refers to the amount paid to the vendor for such services. CBP will provide past performance references with a past performance questionnaire, which is provided for informational purposes as an attachment to the solicitation. The Government may, at its discretion, obtain and evaluate information from sources other than those provided by the Contractor. Quotations shall be provided in one volume addressing both technical capability and past performance and shall not exceed seven pages in length, including any attachments that the Contractor may choose to provide. Documentation of R2 or e-Stewards certification may be included as an attachment to the technical quotation and excluded from the seven-page limit. In order to eligible for award, contractors must be registered in the Central Contractor Registration (CCR) at https://www.ccr.gov/ and not be found in the Excluded Parties Listing System (EPLS) at https://www.epls.gov/. Quotes are due via email by August 1, 2012, at 4:00 PM Eastern Daylight Time. There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Government. All quotes must be submitted via email to Cynthia Young at cynthia.young@dhs.gov, and must be received no later than the response date and time identified above. When responding, please include "Electronics Recycling - 20070034" In the subject line. To verify receipt of your response, please contact Cynthia Young via e-mail. Important note regarding email attachments: CBP's email system limits incoming email attachments to 10 MB per email. Contractors should ­­ not submit.zip files as these may be stripped by CBP's email system. All incoming files are scanned so there may be a delay between the time the file is submitted and the time it is received. Therefore, Contractors must ensure they submit quotes with sufficient time to reach the required destination no later than the response due date identified above. Contractors are strongly encouraged to verify receipt of their responses (via email) as noted above. Contractors may submit attachments in multiple emails due to size constraints; however, the complete quote (including all required submissions) must be received by the due date and time identified above. All communications regarding this solicitation shall be submitted via email. Phone calls regarding this requirement may not be returned. Attachment 1: Statement of Work (Revised 7/25/12) Attachment 2: Past Performance Questionnaire (Information Only)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/20070034/listing.html)
 
Place of Performance
Address: See SOW, United States
 
Record
SN02815119-W 20120727/120726000200-29f4e68584314c38dc15f9793024f7b6 (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.