Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

R -- Off-Site Storage of Paper Records

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of Justice, Office of the Inspector General, Office of the Inspector General, 1425 New York Avenue, NW, Room 7038, Washington, DC, 20005, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Z07071
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. The Department of Justice/Office of the Inspector General (OIG) is seeking quotations for a firm fixed price order of off-site non-classified records storage. The solicitation number is REQ Z07071 and is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NIACS) code for this procurement is 493190 with a small business size standard of $23.5 million. This requirement is set-aside for small businesses and only qualified offerors may submit. The period of performance is 10/1/07 through 9/30/07 with a total of four option years to be awarded based upon continued need and availability of funds (five total years). Options will be considered as part of the evaluation process. As the OIG is currently using an off-site storage facility, it has been determined that it is in the best interest of the Government to consider the cost of relocating existing stored files when reviewing quotes. REQUIREMENTS: The OIG requires approximately 3,000 cubic feet for storage of non-classified paper records. These records are not indexed and individual file retrieval is not required-requests are for complete boxes of files. There is no regular pick-up or delivery schedule, boxes are retrieved and delivered on an as-needed basis. Files are picked-up from and delivered to locations in Washington, DC and Arlington/Rosslyn, VA. The storage facility should be protected with a fire and security system. The storage facility should be within 30 miles of Washington, DC. Pricing is required for the base year and each potential option year for the following goods and services: 1. Storage Fees (pricing by cubic foot and monthly minimum) 2. Records storage boxes, empty, 1.2 cubic foot (include delivery costs, if any) 3. Retrieval Fees (define delivery times and minimum lead times): Next Day Same Day Express Evening, weekend, holiday 4. Delivery Fees (define delivery times and minimum lead times) Next Day Same Day Express Evening, weekend, holiday 5. Refile Fees 6. Archival Services 7. Entry Fee 8. Termination Fee 9. Shredding/Destruction Services 10. Fuel Surcharges Potential Optional Services: Although the OIG is not currently using these services, the OIG would like to option to have computer based inventory and bar coding should future needs require such services. Please include pricing for these services as well, if provided by your facility. OTHER NOTES: Invoices will be paid monthly or quarterly (vendor's choice) in arrears via electronic funds transfer (EFT). Invoice should itemize actual services performed. Vendors must be registered in the Central Contractor Registry (CCR) prior to receipt of award (FAR 52.204-7). See www.ccr.gov for more information. As the OIG is currently using an off-site storage facility, it has been determined that it is in the best interest of the Government to consider the cost of relocating existing stored files when reviewing quotes. REFERENCES: Provide at least three but no more than five references of clients currently receiving similar services. CLAUSES (Clauses and provisions can be obtained at http://www.arnet.gov): The following clauses apply to this acquisition: FAR 52.212-1, Instructions of Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items: a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: costs to relocate existing stored files, past performance and price. b) Options. The Government will evaluate offers for award purposed by adding the pricing for all options to the pricing 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 option(s). FAR 52.212-3, Offeror Representations and Certifications-Commercial Items: Complete only paragraph (k) of this clause if the offeror has completed the annual representations and certifications electrically at http://orca.bpn.gov. FAR 52.212-5, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52-222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13 and 52.232-33. FAR 52.228-18, Availability of Funds FAR 52.249-1, Termination for the Convenience of the Government (Fixed Price) TIMELINE: Responses to this RFQ should be received no later than 5:00 PM EST on September 19, 2007. Any award decision will be made on or before October 1, 2007. Responses to this RFQ can be hand delivered, emailed, express mailed (Fed Ex, UPS, DHL, etc.). Due to the mail processing service for government mail handling, vendors are discouraged from using the US Postal Service. Responses should be delivered to Laura Wohlford, Contracting Officer, DOJ/OIG-Management and Planning Division, 1425 New York Avenue, NW, Suite 7000, Washington, DC 20530. Fax and email address are below.
 
Record
SN01395177-W 20070907/070905220708 (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.