Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2007 FBO #2082
SOLICITATION NOTICE

R -- Confidential, On-site Document Shredding Services

Notice Date
3/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Education, Federal Student Aid, FSA Acquisitions, Union Center Plaza, RM 91F1 830 First Street, NE, Washington, DC, 20202-5405, UNITED STATES
 
ZIP Code
20202-5405
 
Solicitation Number
ED-07-Q-0004
 
Response Due
3/27/2007
 
Point of Contact
Roscoe Price, III, Contracting Officer, Phone 202-377-3609, Fax 202-275-0912, - Soo Kang, Contract Specialist, Phone 202-377-3798, Fax 202-343-6820,
 
E-Mail Address
roscoe.price@ed.gov, Soo.Kang@ed.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. The solicitation will be distributed solely through the Government-Wide Point of Entry, www.fedbizopps.gov. Request for Quotation number ED-07-Q-0004 shall be referenced on any quotation. This solicitation is being issued under the Simplified Acquisition Procedures (SAP) as a Small Business Set-Aside. The NAICS code is 561990 with small business size of $ 6.5 million. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price Purchase Order. The Department of Education, Federal Student Aid, is seeking confidential, on-site document shredding services for its Washington, DC headquarters, and three regional offices in Atlanta, Chicago and San Francisco. Each office produces up to 2,500 pounds per bi-weekly period. Federal Student Aid's headquarters and the regional offices generate documents that contain business proprietary data as well as confidential reports that contain Privacy Act and HIPPA Act data from students, parents and agency employees. The regional offices also receive voluminous reports from banks, guaranty agencies and other financial partners that assist in delivering financial aid. Federal Student Aid aims to implement confidential, on-site document shredding service on a continuing basis to improve data integrity and security while participating in recycling for the betterment of the environment. The Government may, at its discretion, modify this contract to include shredding services at any Department of Education facility. Please carefully review the commercial item clauses for information about requirements and instructions for submitting a quotation. The following Federal Acquisition Regulation provisions and clauses apply to this procurement: 52.212-1, Instructions to Offeror - Commercial Items (Sept 2006) 52.212-3, Offeror Representations and Certification-Commercial Items (Nov 2006) - all offerors shall include a completed copy of this provision with their quote. 52-212-4, Contract Terms and Conditions - Commercial Items (Feb 2007) 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Past Performance (2) Technical Capability (3) Price Technical and past performance, when combined, are approximately equally important to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (End-of-Provision) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006) - in paragraph (b) the following clauses apply: FAR 52.219-6 and 52.232-33. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End-of-Clause) In addition to the commercial item clause listed above, the following clauses apply to this procurement: 52.217-9 Option to Extend the Term of the Contract (March 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one of the contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End-of-Clause) Invoice Procedures The Contractor must submit a physical invoice via either mail, fax or e-mail for this contract in order to be paid for products and/or services rendered. Federal Student Aid's "designated billing office" is: US Department of Education Federal Student Aid Office of the Chief Financial Officer-Budget Group Attention: Invoice Processing Suite 54B1 830 First Street NE Washington, D.C. 20202 E-mail: Phone: Fax: The Contractor shall also simultaneously submit copies of the invoice to the Contracting Officer and one to the Contracting Officer's Representative (COR). The CO and COR should receive copies via the same means as the invoice sent to the Budget Group. At a minimum the following items must be addressed in order for the invoice to be considered "proper" for payment: (1) Name and Address of the Contractor, and Tax Identification Number must be the same as the contract, and be correct. (2) Invoice Number and Invoice Date (Date invoices as close as possible to the date of mailing or transmission. The date and actual submission must occur after receipt, inspection and acceptance of the supplies or services.) (3) The Contract number, contract line item, and if applicable, the order number must be included on the invoice and be correct. (4) Description, quantity, unit of measure, unit price, and extended price of the item delivered must agree with the contract or order. (5) Terms of any prompt payment discount offered. (6) Name, title, and phone number of persons to be notified in event of defective invoice. (7) The period of time covered by the invoice must include the first and last day of the period. (8) Totals must be supported by subtotals and subtotals should be supported by detail, (i.e. documentation for categories of labor, hours performed, unit prices) and deliverables provided. (9) If required by this contract or order, receipts must be provided to support documentation of "other direct costs" (ODCs) or materials. (End-of-Clause) Clauses incorporated by reference may be accessed in full text at http://www.arnet.gov. All quotes from responsible sources will be considered. Quotes shall be submitted in two volumes: (1) the Technical Proposal and (2) the Business Proposal. Each volume shall be in Microsoft Word 2000 or compatible format and all narratives shall be in 12-point Arial font and contain margins of no less than one inch. Narrative shall also be on 8 ½" by 11" paper. The technical proposal shall include three references for the purpose of past performance verification. Please provide name, title, address, telephone number, contract number, and contract value for each reference. The technical proposal should fully address the performance objectives and constraints as identified in this solicitation and shall not exceed 10 pages. The business proposal shall include pricing per scheduled service and pricing for an "on-demand" service. The business proposal shall not exceed 5 pages. The evaluation will be based on information provided by the vendor in his/her quote, which shall include pricing information. The Government is not responsible for locating or securing any information that is not identified in the quotation, but may do so at its discretion. The Government reserves the right to award without discussions. Quotes will only be accepted electronically and are to be submitted to roscoe.price@ed.gov and soo.kang@ed.gov. No other method of submission will be accepted. The deadline for quotes is March 27, 2007 at 1:00 p.m. Eastern Time. Please indicate solicitation number ED-07-Q-0004 on all offers. Please note that awards can only be made to offerors who have an active registration in the CCR database at the time of award. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Statement of Objectives Overview and Scope Facilities, Security and Emergency Management Office of the U.S. Department of Education, Federal Student Aid requires confidential, on-site document shredding services for its Washington, DC headquarters, and three regional offices in Atlanta, Chicago and San Francisco. Each office produces up to 2,500 pounds per bi-weekly period. Federal Student Aid's headquarters and the regional offices generate documents that contain business proprietary data as well as confidential reports that contain Privacy Act and HIPPA Act data from students, parents and agency employees. The regional offices also receive voluminous reports from banks, guaranty agencies and other financial partners that assist in delivering financial aid. Federal Student Aid aims to implement confidential, on-site document shredding service on a continuing basis to improve data integrity and security while participating in recycling for the betterment of the environment. The Government may, at its discretion, modify this contract to include shredding services at any of the Department of Education facility. Performance Objectives 1. Provide secure process for trash pickup. Paper must be moved confidentially and without obstruction from the consoles to the on-site shredding location on a biweekly basis (i.e., every two weeks). 2. Provide "on-demand" shredding when needed within 48 hours of government's request. 3. Recycle shredded paper. Constraints 1. Provide secure, locked, top-loading executive consoles, each console having a minimum capacity of 80 lbs. 2. A shredded particle's width and length must not exceed ¼". 3. Provide 55 consoles for the headquarters in Washington, DC, 15 consoles for Atlanta regional office, 13 consoles for Chicago regional office, and 12 consoles for San Francisco regional office. 4. Provide a certificate of destruction at the completion of shredding. 5. Provide video capability or similar viewing capability so that a government employee can observe the actual shredding process. 6. Weigh the documents to be shredded during each scheduled and on-demand service and record how many lbs. of documents each division accumulates for shredding. Period of Performance Base Period: May 1, 2007 - April 30, 2008 Option Period 1: May 1, 2008 - April 30, 2009 Option Period 2: May 1, 2009 - April 30, 2010 Option Period 3: May 1, 2010 - April 30, 2011 Option Period 4: May 1, 2011 - April 30, 2012 Place of Performance Shredding must be performed at the government facilities listed below: U.S. Department of Education Federal Student Aid 830 First Street, NE Washington, DC 20202 U.S. Department of Education Federal Student Aid 111 North Canal Street, Suite 1094 Chicago, IL 60606 U.S. Department of Education Federal Student Aid 50 Beale Street San Francisco, CA 94105 U.S. Department of Education Federal Student Aid 61 Forsyth Street, S.W., Suite 19T40 Atlanta, GA 30303-0819 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ED/FSA/CA/ED-07-Q-0004/listing.html)
 
Place of Performance
Address: See above for multiple places of performance.
Zip Code: 20202
Country: UNITED STATES
 
Record
SN01365324-F 20070809/070807224749 (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 |
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.