SOLICITATION NOTICE
R -- Shredding Services for F-35 Program Office (JPO) - Package #1 - CDRL 001
- Notice Date
- 3/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-13-T-0156
- Archive Date
- 4/28/2013
- Point of Contact
- Heather Hollywood, Phone: 7323231682
- E-Mail Address
-
Heather.Hollywood@navy.mil
(Heather.Hollywood@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CDRL 001 Statement of Work (SOW) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-13-T-0156 is listed as a request for quotation (RFQ) as F-35 Program Office (JPO) Arlington, VA intends to acquire on-site shredding services for on-site regular recurring shredding and destruction of paper documents. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-66. (iv) The solicitation is open to small businesses only. The North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of $7 Million. (v) Contract Line Item Numbers (CLIN) are as follows. Provide separate pricing for each CLIN as listed below: CLIN 0001 - Base Year: Description: 6 month Scheduled Shredding Services in accordance with the SOW. Period of Performance: 1 April 2013 to 30 September 2013. Provide pricing for the unit month/ each month: $ Provide pricing for the total quantity of 6 months: $ CLIN 0002 - Option I: Description: 12 month Scheduled Shredding Services in accordance with the SOW. Provide pricing for the unit month / each month: $ Provide pricing for the total quantity of 12 months: $ CLIN 0003 - Option II: Description: 12 month Scheduled Shredding Services in accordance with the SOW. Provide pricing for the unit month / each month: $ Provide pricing for the total quantity of 12 months: $ CLIN 0004 - Option III: Description: 6 month Scheduled Shredding Services in accordance with the SOW. Provide pricing for the unit month / each month: $ Provide pricing for the total quantity of 6 months: $ (vii) The contractor shall provide thirty one (31) secure and locked collection consoles in accordance with the locations listed in Section 5 of the SOW within five business days of purchase order award. The contractor shall perform shredding services to the F-35 JPO on a weekly basis. The contractor shall provide one key and/or master key to each of the collection consoles to the F-35 Technical Point of Contact (TPOC). The consoles shall be located in the following locations: •JPO 4th floor 4 consoles •JPO 5th floor 5 consoles •JPO 6th floor 4 consoles •JPO 10th floor 2 consoles •JPO 11th floor 1 console •JPO 14th floor 4 consoles •Century 1 8th floor 5 consoles •Polk (NC2) 4th floor 3 consoles •Polk (NC2) 5th floor 3 consoles (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 1). Technical: •Shred Size of 1/2" x 1/8" oSample Shred Size sent to Heather Hollywood Address: Hwy 547, Bldg. 562-3 Lakehurst, NJ, 08733-5082. •NAID (National Association of Information Destruction)Certified oCertification level must be AAA •Availability of on-site shredding service •Meet weekly schedule •Meet annual need of two 96 gallon lockable bins •Meet the desired type of consoles and capacity •Agreement to meet the unscheduled shredding requirement 2). Past Performance: The offeror shall identify the POC at least 3 past performance contracts of similar scope and size whose performance is within 3 years of submission of this proposal. 3). Low Cost Technically acceptable proposal. 4). Evaluation of Price will be for the total Base Period plus total of all Option Periods. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Para (a) Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212.7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13, Restrictions of Certain Foreign Purchases and 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003, Item Valuation and Identification and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items which includes the following clauses: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7021, Trade Agreements, 252.232-7003, Electronic Submission of Payment Requests, and 252.247-7024, Notification of Transportation of Supplies by Sea. (xiv) Offers are due not later than 5:00 PM EST, Saturday, April 13, 2013, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 2.5.2.2.3 HH, Heather Hollywood, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082. Electronic and facsimile offers will not be accepted. (xv) Questions regarding this combined synopsis/solicitation can be directed to Ms. Heather Hollywood, 732-323-1682, e-mail: heather.hollywood@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-T-0156/listing.html)
- Place of Performance
- Address: JPO, 200 12th Street, Arlington, VA, Century 1, 2450 Crystal Drive, Arlington, VA, Polk (NC2), 2521 South Clark Street, Arlington, VA, Arlington, Virginia, 22202-5408, United States
- Zip Code: 22202-5408
- Zip Code: 22202-5408
- Record
- SN03022851-W 20130330/130328234635-62c322b5b75cf41f6e464e2f896b9f11 (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 |