SOURCES SOUGHT
R -- SHREDDING OF PRIVACY ACT DOCUMENTATION
- Notice Date
- 10/2/2017
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 413th CSB (W912CN) RCO Hawaii, 742 Santos Dumont Ave., BLDG 108, Wheeler Army Air Field (WAAF), Schofield Barracks, Hawaii, 96857, United States
- ZIP Code
- 96857
- Solicitation Number
- W912CN17QSHREDSERVICE
- Point of Contact
- Nanette Phillips,
- E-Mail Address
-
Nanette.g.phillips.civ@mail.mil
(Nanette.g.phillips.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A Sources Sought Notice ONLY. The 413th Contracting Support Brigade at Schofield Barracks, Hawaii, is seeking commercial sources to provide Shredding of Privacy Act documentation at Tripler Army Medical Center (TAMC), Hawaii, and the US Army Health Clinic, Schofield Barracks, Logistics Division, Bldg. 679. The contractor shall perform to the standards in the contract and adhere to all local, state, and Federal regulations. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The Contractor shall provide the non-personal services for all necessary labor, management, supervision, tools, materials, supplies, manhandling equipment, transportation and other incidental services to provide services for the shredding, pick-up, transport and disposal of Privacy Act documentation and any other documentation/media that requires shredding from TAMC and the US Army Health Clinic, Schofield Barracks, Logistics Division, Bldg. 679. Purpose of contract is to provide shredding of Privacy Act documentation services and pick-up towards the optimization of environmental compliance. Environmental compliance shall be consistent with federal, state, and local regulations for handling, transporting, and disposing of Privacy Act documentation. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The applicable NAICS code for this requirement is 561990 All Other Support Services (Document Shredding Service), with a small business size standard of $11,000,000. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Below are the tasks and standards from the Performance Work Statement that are to be met and performed under this requirement. The Contractor shall shred, pick-up, transport and disposal of Privacy Act documentation at TAMC and Schofield Health Clinics between hours annotated below excluding Federal Holidays. Shredding, pick-up, transport and disposal of Privacy Act documentation will be on a set weekly basis / every other week (day/time) or as requested by the Contracting Officer Representative. Location: TAMC Loading Dock 2A and Schofield Barracks Clinic, Bldg. 679: Location Days of Work Time TAMC Every Wednesday 0900 to 1000 Schofield Barracks Clinic Every Other Friday 0900 to 1430 The Contractor shall provide shipping documentation with applicable generated information pre- printed prior to conducting pick up services at TAMC facilities. The necessary labeling, documentation and manifests required for transportation/disposal shall be completed in accordance with applicable public laws. In response to this sources sought notice, please provide the following information: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information, in sufficient detail, regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach to acquiring the identified items/services. ADDITIONAL INFORMATION The estimated period of performance will consists of a base plus four (4) pre-priced 12-month options. The contract type is anticipated to be Firmed Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Submissions to this notice may be emailed to Nanette Phillips, 413th Contracting Support Brigade, at Nanette.g.phillips.civ@mail.mil no later than 1:00 p.m. Hawaiian Pacific Time (HST), 18 Oct 2017. Submission shall include the subject line: "Shredding of Privacy Act Documentation at TAMC." Any information provided by industry to the Government as a result of this sources sought is voluntary. Responses will not be returned. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of the contractor submission of responses, or the Government's use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/55a31c018bcf85404efef9aff12910a6)
- Place of Performance
- Address: US Army Installations on Oahu, Hawaii, United States
- Record
- SN04702642-W 20171004/171002230726-55a31c018bcf85404efef9aff12910a6 (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 |