Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2023 SAM #7716
SOURCES SOUGHT

R -- Joint Munitions Command Shredding Services

Notice Date
1/10/2023 1:38:26 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-23-Q-KH01
 
Response Due
1/24/2023 10:00:00 AM
 
Point of Contact
Kelly Haertjens
 
E-Mail Address
Kelly.L.Haertjens.civ@army.mil
(Kelly.L.Haertjens.civ@army.mil)
 
Description
Title: Joint Munitions Command Shredding NAICS Code: 561990 � All Other Support Services PSC Code: R799 OBJECTIVE: The Army Contracting command � Rock Island (ACC-RI) is issuing a request for information (RFI) notice in order to identify potential sources that have the knowledge, experience, and technical capability to provide the necessary shredding services to the Joint Munitions Command (JMC).� This notice is solely for information purposes to identify sources that have interest and determine capability to perform the services delineated within this survey. It is not a request for proposal or an announcement of solicitation. BACKGROUND: Joint Munitions Command (JMC) provides the conventional ammunition life-cycle functions of logistics sustainment, readiness and acquisition support for all U.S. Military services, other government agencies, and allied nations. JMC is the logistics integrator for life-cycle management of ammunition providing a global presence of technical support to frontline units. JMC is headquartered in Rock Island Illinois on the Rock Island Arsenal. SCOPE: The Contractor shall provide the necessary mobile, shredding equipment in support of Rock Island Arsenal Tenants located at various locations within JMC. PHYSICAL ITEM SPECIFICATIONS: The paper documents should be considered sensitive in nature.� Shredding will be performed on site at Rock Island Arsenal, Rock Island IL.� The shredding will be completed in a process to ensure documents cannot ever be recreated and the sensitive data contained within is permanently, non-retrievable.� Shredders must be capable of shredding through paper, plastic, cardboard, staples, binders and binder clips.� Shredding will be required to be performed every two weeks, monthly, or on an as-needed basis, depending on the area.� The Contractor shall coordinate shredding time with the COR to provide access to locked recycle containers and verify weight of paper destroyed.� The contractor shall provide 30 locked and secure bins to collect and store materials to be destroyed until such time the service occurs.� The number of bins and/or number of pickups is subject to change.� The contractor provided bins shall have wheels, be capable of holding an average of 200 lbs. (64 gallon) and possess locking mechanisms and locks that can be opened with a master key.� Additionally, the contractor shall be required to provide bins that are adequate in size for small rooms.� A key for the containers will be provided to the COR to accommodate bulk disposal within the containers.� A backup key will also need to be provided. CLEANUP TASKS: The Contractor will be responsible for cleaning up any spillage of paper/material that occurs as a result of the Contractor�s actions during the collection/shredding process. The Contractor shall securely transport shredded material to a secure building where it is baled and maintained until it can be securely transported to its final destruction destination. The Contractor shall collect and return the bins to their designated areas from each facility at least two times a month, on an as needed basis, or monthly, depending on the need. Each order will have its own period of performance and specified shredding times defined. SHREDDING SECURITY TASKS: The contractor shall coordinate shredding time with the COR to provide access to locked recycle containers and verify weight of paper destroyed. The COR or designee shall observe the shredding and destruction process. A signed certificate for shredding/destruction shall be issued upon completion of each job, and within three hours it shall be provided back to the COR or designee. It must be signed by the individuals (Contractor and Government) designated to destroy and witness the shredding.� Destruction officials will be required to know, through their personal knowledge, that such material was shredded/destroyed. The certificate of destruction shall include the contract number, number of bins, company name, and date of destruction.� If it is a one-time destruction, it must list total bins. Contractor shall securely transport shredded material to a secure building where it is baled and maintained until securely transported to its final destruction destination. ETHICS AND BEHAVIOR: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Contractor personnel�s conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor�s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove from the job site any employee for reasons of misconduct or security.� In accordance with DOD Directive 5500.7-R, �Joint Ethics Regulation,� Contractor employees must avoid being improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions, or discussions which may prejudice future competitions. The Contractor shall ensure no Contractor employees conduct political related activities or events on the Rock Island Arsenal. SECURITY POLICY AND PROCEDURES: The company will ensure that all employees entering Army-controlled installations or facilities have obtained access in accordance with facility regulations, and that badges and passes are obtained in advance, so as not to delay the accomplishment of contracted services. Each Contractor employee requiring access to Army-controlled installations is to be vetted at the Rock Island Arsenal Visitor Center. Each Contractor employee will have their state issued Driver's License and fill out a provided visitor sheet with their personal information, to include personal identifying information in addition to a copy of their contact signed by the COR -- requesting access to both The Rock Island Arsenal and building 350. Contractor and all associated sub-contractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office.� Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. LICENSING, INSURANCE AND LEGAL OBJECTIVES: The Contractor shall be responsible for carrying all required liability insurance for both the shredding vehicles utilized in performance of this contract, as well as adequate personal liability insurance for each of its employees associated with this contract. The Government will be held harmless and non-liable for injury to the contractor employees. The Contractor shall be certified for on-site destruction by the National Association for Information Destruction (NAID), bonded, and insured. Vehicles used for collection by the contractor shall have watertight bodies that do not permit loss of paper/material. No open boxed trucks shall be used. Collection vehicles will be operated in accordance with activity rules and regulations while at The Rock Island Arsenal and will be kept closed when not engaged in collecting/shredding paper/material. All vehicular equipment must be maintained, in good repair, and in a safe and clean condition. The Contractor�s name must be painted or otherwise prominently displayed on each Contractor owned vehicle.� The Contractor and all associated subcontractors shall brief all employees on the local watch program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance, with the results reported to the COR no later than 10 calendar days after contract award. SUBMISSION DETAILS: Interested firms who feel they possess the necessary knowledge and capabilities of this requirement, are invited to respond by providing the following information: Business name and address Name of company representative and business title Business Size Cage Code A summary of your company�s capability to perform the requirements listed in this request. Related shredding experience Does your company have the capability to perform all required services in the draft PWS? Will you need to subcontract out areas of the PWS? Does your company have similar or previous experience with the type of work outlined in the draft PWS? Does the draft PWS contain information that would enable you to adequately respond to a RFP? In order to successfully meet all of the performance objectives outlined in the PWS, would you require significant subcontracting or teaming arrangements? Will your company sub-contract out a portion of the requirement? Will your company sub-contract out more than 50% of the requirement? Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating the ability to perform the services listed above.� Responses should follow this format and be submitted electronically as one complete document. Please send responses via email NLT January 24, 2023 at 12PM Central Standard Time to kelly.l.haertjens.civ@army.mil.� All information collected from this RFI shall be used for planning purposes only.� Do not mistake this notice as a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this RFI notice findings.� No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information request. Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary shall be handled accordingly.� Please be advised that all submissions become Government property and shall not be returned.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f4d8b42be3a4cf1956ed6af9da698fd/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN06561008-F 20230112/230110230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.