SOLICITATION NOTICE
S -- Document Shredding Services for DFAS Orlando, Florida
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Acquisition Services, Columbus, 3990 East Broad Street, Columbus, OH, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ0423-04-T-0018
- Response Due
- 9/10/2004
- Archive Date
- 9/25/2004
- Point of Contact
- Darla Renee Wood, Contracting Officer, Phone 614-693-0291, Fax 614-693-5674,
- E-Mail Address
-
darla.wood@dfas.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HQ0423-04-T-0018 is issued as a request for quotation (RFQ). To obtain a copy of the RFQ to include the Statement of Work, contact Cheri Bowell, Contract Specialist, at (614)693-1975 or by email at Cheri.Bowell@dfas.mil. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This requirement is 100% set-aside for small business and the associated NAICS code is 561499, Business Support Services, and the small business size standard is $6 MIL. The requirement is for document shredding services at the Defense Finance and Accounting Service (DFAS) Orlando, Florida. This is a total performance contract in that all contract requirements must be maintained at all times. There will be no additional compensation for pre-existing conditions. The contractor shall furnish all labor, supervision, equipment, and materials necessary to provide the document shredding services in accordance with the requirements as specified in the Statement of Work included in the solicitation and identified below. The services include shredding, collection of containers, weighing of containers, transport and disposal of shredded materials and replacement of containers. These services shall be performed in accordance with the schedules provided in the Statement of Work. The resulting contract will be for one base year and include four option years. The base year period of performance is to be October 1, 2004 through September 30, 2005 with inspection and acceptance at destination and F.O.B. destination. The following clauses and provisions apply to include any addenda. 52.204-3 Taxpayer Identification, 52.217-9 Option to Extend the Term of the Contract, 52.219-1 Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.232-19 Availability of Funds for the Next Fiscal Year, 52.239-1 Privacy or Security Safeguards, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-3 Alt I Offeror Representations and Certifications Commercial Items Alternate I, 52.212-4 Contract Terms and Conditions Commercial Items, 52.217-5 Evaluation Of Options, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-26 Equal Opportunity, 52.242-15 Stop-Work Order, 52.243-1 Alt I Changes Fixed Price Alternate I, 52.243-5 Changes and Changed Conditions, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, 252.204-7000 Disclosure Of Information, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Required Central Contractor Registration Alternate A, 252.219-7011 Notification to Delay Performance, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing Of Contract Modifications, 252.246-7000 Material Inspection And Receiving Report. The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9. The applicable Numbered Notes are 1 and 9. Offers are due by September 10, 2004 at 12:00 AM to Defense Finance and Accounting Service, DFAS-CSD-RAA/CO, Cheri Bowell, Building 21, Room 2B219, 3990 East Broad Street, Columbus, OH 43213-1152. For information, contact Cheri Bowell at (614)693-1975, facsimile at (614) 693-5674 or email to Cheri.Bowell@dfas.mil. Statement of Work: 1. SCOPE - Contractor shall furnish all equipment and labor necessary to perform weekly on-site shredding service. 2. LOCATION - Defense Finance and Accounting Service, 2500 Leahy Avenue, Orlando, FL 32893. 3. PERIOD OF PERFORMANCE - Services to be performed on a weekly basis beginning October 1, 2004 through September 30, 2005 (Base period). There are also 4-one year option periods. 4. GENERAL 4.1. GOVERNMENT POINT OF CONTACT - The GPOC will act, onsite, as the technical point-of contact for the Government. The GPOC?s authority is limited to technical issues and acceptance of work performed. The GPOC is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The GPOC for this requirement is Glenn Osborn, (407) 646-4620. 4.2. WORKING HOURS - Regular working hours shall be between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding Government holidays. 4.3. WORK OUTSIDE REGULAR HOURS - Work outside of regular working hours requires approval by DFAS Management. Make request a minimum of two working days prior to such work, giving specific dates, hours, and type of work to be performed. Based on the justification provided, DFAS Management may approve work outside the regular working hours. 5. CONTRACTOR REQUIREMENTS 5.1. GENERAL DESCRIPTION - Shredded materials shall be in accordance laws/regulations concerning ?Privacy Act Information?. The contractor shall provide secure containers necessary to accommodate the shredding service. Containers shall be supplied with individual locks and keys (keys may be common to all locks). The containers shall be of two styles, executive and wheeled tub type. The number, type of container and container locations will be determined by DFAS management. The government reserves the right to add/delete or relocate containers at no additional cost. 5.2 TASK DESCRIPTIONS 5.2.1 The Contractor shall collect containers placed at various locations within the DFAS Orlando facility. 5.2.2 The Contractor shall accurately weigh each container, shred all contents of containers on-site and return each container to its original site. 5.2.3 The Contractor shall provide a ?Certificate of Destruction? to verify that all materials have been destroyed and a receipt showing the total pounds of material shredded to the GPOC. 5.2.4 The Contractor shall transport all shredded materials off government property and dispose of in accordance with local/state regulations. 5.3 WORK RESTRICTIONS - The Contractor shall ensure that Contractor personnel employed on the Activity become familiar with and obey Activity regulations including safety, fire, traffic, and security regulations. Keep within the limits of the work and avenues of ingress and egress. Do not enter any restricted areas unless required to do so and until cleared for such entry. The Contractor's equipment shall be conspicuously marked for identification. 5.4 SECURITY REQUIREMENTS 5.4.1 The Contractor shall provide to the GPOC and the DFAS Security Officer an Entry Authorization List (EAL) on company letterhead with the names of employees who will require access to the facility. The EAL must contain the following information: Employee?s full name, date of birth, social security number, driver?s license number with state of issue. The Contractor and contract employees are required to maintain a security clearance substantial for handling sensitive information. The Contractor shall provide proof of clearances EAL requirements. The EAL must be submitted within five (5) days after contract award and within (1) day of any change(s). 5.4.2 Contractor employees are required to enter through the main lobby for access to the DFAS-Orlando site and have in their possession picture identification. Visitor/Contractor badges will be furnished to all employees and must be worn so they are clearly visible at all times. Badges must be returned to the issuing office when leaving DFAS property. Contractor employees are required to immediately report instances of lost or stolen badges to the DFAS Security Officer. 5.4.3 Any contractor employee who does not comply with security requirements will be denied access to the facility. 5.5 SAFETY REQUIREMENTS - The Contractor/contractor employees shall adhere to OSHA safety standards/regulations. IF YOU HAVE ANY QUESTIONS CONTACT CHERI BOWELL AT (614) 693-1975 OR BY EMAIL CHERI.BOWELL@DFAS.MIL. Please Note that Ms Darla Wood should only be contacted if Ms Bowell is not available.
- Place of Performance
- Address: Defense Finance and Accounting Service (DFAS) Orlando, 2500 Leahy Avenue, Orlando, FL
- Zip Code: 32893-0600
- Country: USA
- Record
- SN00655990-W 20040828/040827095424 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |