SOLICITATION NOTICE
R -- Mail Security Service
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 2007-Q-09616
- Response Due
- 6/21/2007
- Archive Date
- 6/21/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Submit offers on Solicitation Number: 2007-Q-09616. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Action Circular 2005-16, dated March 22, 2007. This acquisition will be processed under Simplified Acquisition Procedures (SAP), Acquisitions of Commercial Items and is a Small Business Set-Aside. The North American Classification System (NAICS) code for this procurement is 561320, and the small business size is 12.5 million dollars. The Center for Disease Control (CDC) and Prevention has a requirement to provide restricted building access to individuals and items coming in to the buildings receiving area to include U.S. Postal Service (USPS) mail, personal items, and local courier bulk delivery packages extensive security screening. CDC will provide the x-ray machine, metal detector, and all necessary mail handling supplies. The vendor will provide labor to complete the task to be performed. Technical Approach: 1. Vendors are to provide a written report of their technical approach for providing the services required for this procurement. These criteria will be evaluated according to the creativity, soundness, practicality, and understanding of the Governments requirement through a description of its: Proposed approach, Scheduling and assignment of tasks, Proposed labor hours, and The vendors plan shall differentiate the tasks to be performed by the vendor from those tasks to be performed by any subcontractors. Experience and Qualifications: 1. The Contractor will receive all inbound mail and freight and will screen for undesirable contents. Operate security screening (x-ray) equipment and employ established procedures to prevent deadly or dangerous objects or substances from being accepted into the building. Contractor must be knowledgeable of and be able to initially address situations that deal with biological, chemical, and radiological threats and mail bombs. Sort and deliver USPS and interoffice mail into proper bins for distribution to the Programs on a daily basis and insures that there is no back up carried over to the next business day. Provide customer service intervention for missing, lost, or non-received mail or freight. The Contractor will report to Project Officer on status and progress of work, causes of work delays, and other concerns. 2. Contractor will perform required research of any item received that is not clearly addressed, that is addressed to someone who may not work at this site, or items that are seemingly delivered to this site mistakenly. Research may include bringing the item to the attention of the Project Officer or to the Chief, Administrative Operations Activity. Items will not be returned to sender by the Contractor without prior approval from the Project Officer or the Chief, Administrative Operations Activity, NCHS, CDC. 3. The Contractor shall furnish complete incident reports fully documenting all security and safety-related incidents when any occur. This incident report shall be completed and immediately delivered to the Project Officer. The incident report and its format shall be supplied by the Project Officer. Incident reports are required in the event that any screened inbound mail or freight was thought to have contained undesirable contents such as packages that were or appeared to have contained dangerous objects or substances that were or were thought to have been biological, chemical, or radiological and that would impact on the operations of the CDC facilities or the safety of the employees. 4. The contractor must be able to independently operate the L3 Communications Line Scan 107 x-ray machine as well as a hand held metal dector. The vendor must also have a thorough knowledge of safe mail handling to include recognizing and handling suspicious and/or contaminated mail and/or packages. Please include any applicable warranties and expiration date. The quotation shall include the itemized price, prompt payment terms, F.O.B. (Destination or Origin), Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNS), and descriptive literature of the products quoted. Quotations must reference the Solicitation Number 2007-Q-09616. The Delivery Location is CDC, Field Branch; 3311 Toledo Road, Hyattsvile, Maryland 20782-2064.. Quotation will be due no later than 5:00 p.m.(est) June 21, 2007. Written quotations must be submitted via e-mail to pbolling@cdc.gov , Telephone number 770-488-2785. Quotations must be signed by an authorized company representative. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.214-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Offerors Representations and Certifications-Commercial Items; By submission of an offer, the offeror acknowledges the requirements that the prospective awardees shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at the website: http://orca/bpn.gov. The award will be made to the technically acceptable, lowest priced offeror. All vendors must be registered in the Central Contractor Registry (CCR) prior to award of a Federal Contract. Vendors may register at www.ccr.gov . Copies of the above referenced clauses are available at www.acqnet.gov. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the agency.
- Place of Performance
- Address: Hyattsville, Maryland
- Zip Code: 20782-2064
- Country: UNITED STATES
- Zip Code: 20782-2064
- Record
- SN01311311-W 20070608/070606220448 (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 |