SOLICITATION NOTICE
R -- On-Site Document Shredding Services - PWS
- Notice Date
- 12/1/2017
- Notice Type
- Cancellation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Jackson (W9124C), Bldg 4340, Magruder St., Fort Jackson, South Carolina, 29207-5491, United States
- ZIP Code
- 29207-5491
- Solicitation Number
- W9124C-17-R-5007
- Archive Date
- 8/3/2017
- Point of Contact
- Shemekia R. McMillan, Phone: 8037514140, Kimberly C. Marsh, Phone: 8037511420
- E-Mail Address
-
shemekia.r.mcmillan.civ@mail.mil, kimberly.c.marsh.civ@mail.mil
(shemekia.r.mcmillan.civ@mail.mil, kimberly.c.marsh.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft PWS 81st Regional Support Command at Fort Jackson is seekinga non-personal services contract to provide onsite document shredding service to 81st RSC Base ops locations. The locations are provided as an attachment. They will include locations in Florida, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Louisiana, Georgia, Alabama and Puerto Rico. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The North American Industry Classifivation System(NAICS) code is 561990 and the standard size is $11.0 million. All firms responding must be registered with the System for Award Management (SAM). The Contracting Office at Fort Jackson intends to issue this solicitation as a 100% small business set-aside.The entire solicitation will be availiable on Federal Business Opportumities Web Site at http://www.fedbizopps.gov until July 18, 2017. All responsible sources may submit a proposal upon release of the soliciation. Due date for the proposal is aniticipated to be within 30 days upon issuance of the soliciation. Paper copies will not be availiable. Please feel free to download the solicitation and email your proposal in. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform onsite document shredding service as defined in this Performance Work Statement, except for those items specified as government furnished property and services. The contractor shall perform to the standards of this contract. BACKGROUND INFORMATION: Currently, the 81st Regional Support Command (RSC) has a contract for shredding services. The Quality Recycling Program (QRP) has played a key role in servicing some of the Reserve Centers located on and near a military installation. Due to the limitations of the contract, the 81st RSC would like to provide on-site shredding services to its Base Operation locations. They will include locations in Florida, North Carolina, South Carolina, Kentucky, Tennessee, Mississippi, Louisiana, Georgia, Alabama, and Puerto Rico. By having a shredding contract, it will ensure all documentation is being shredded in accordance to policy. The estimated period of performance is one(1) base year of 12 months and two (2) 12-month option years. The anticipated contract type will be Firm Fixed Price Contract. SCOPE: *Services includes use of the bins and service every two weeks for larger facilities and once a month for the smaller facilities. The contractor will issue a "certificate of Destruction" form when records have been destroyed. We will also be able to obtain a detailed monthly recycle poundage and quality reports. *Bins per location. The contractor will determine best suitable amount for each location. This will be based on spreadsheet provided by government which has full time support per location. If the location does not have enough bins we will increase the bins and do a mod to contract, and if the bins are not being utilized we will decrease the amount of bins per location or change the service time. With locations which have more than 50 people we will service bi-monthly and for less than 50 people we will service 1 time monthly. This is subject to change and can be mod in contract. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and two (2) 12-month options years. The contractor shall also start to service locations starting in Oct 2017 for locations in exhibit B (locations currently under shredding contract). Those locations being added in Oct will count towards the Base Year, and then fall into same schedule for option years. The Period of Performance reads as follows: SUBMISSION GUIDELINES: Responsible, qualified firms interested in supporting the subject requirement shall include the following information: 1. company Name with Point of Contact, Title, Phone Number, Email, and Address; 2. DUNS Number, Tax ID number, and CAGE Code; 3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4 Small Business Certification; 5. Relevant Experience & Past Performance shall describe experience in providing services of similar scope and complexity to the requirement by providing the following information: contract number, dollar value, type of contract, a brief description of work performed, duration of services, 6. General Capability should demonstrate how to accomplish this requirement in accordance with the PWS. Interested contractors may provide the above information via e-mail to primary of contact and cc secondary point of contact to insure delivery to the electronic addresses listed below: PRIMARY POINT OF CONTACT (POC) SHEMEKIA MCMILLAN Contract Specialist SHEMEKIA.R.MCMILLAN.CIV@mail.mil Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than Tuesday, July 18, 2017 at 1000 EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f4a4c3b7f0557458dcfbdd6ea969b93c)
- Place of Performance
- Address: 81st Regional Support Command, 1525 Marion Ave, Fort Jackson, South Carolina, 29207, United States
- Zip Code: 29207
- Zip Code: 29207
- Record
- SN04754456-W 20171203/171201231058-f4a4c3b7f0557458dcfbdd6ea969b93c (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 |