Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2010 FBO #3312
MODIFICATION

D -- Document Conversion/Destruction Services - Solicitation 1

Notice Date
12/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
 
ZIP Code
20598
 
Solicitation Number
HSTS03-11-R-PER003
 
Response Due
1/17/2011 8:00:00 AM
 
Point of Contact
Gladys M Wilks, Phone: 571-227-4637
 
E-Mail Address
gladys.wilks@dhs.gov
(gladys.wilks@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment J.3 ~ Pricing Template Attachment J.2 ~ Wage Determination Attachment J.1 ~ Non-disclosure Agreement RFP HSTS03-11-R-PER011 INTRODUCTION: The Transportation Security Administration (TSA) is seeking a contractor for direct support to provide digital scanning, conversion, and destruction services for all its files. SCOPE: TSA files are maintained in boxes at TSA Headquarters in Arlington, VA and some are archived in boxes at the Federal Records Center located in Suitland, Maryland. Estimated pages requiring scanning and conversion may be as low as 40,000 pages and up to 6,000,000 pages per year, depending on volume of records on hand and/or received. Between fiscal years 2009 and mid-2010, total number of pages scanned was approximately 3,254,000. In addition to scanning and converting personnel files, contractor shall destroy boxes of these files. Note: Some boxes may only require destruction services. The Contracting Officer Technical Representative (COTR) will identify boxes that only require destruction. The estimated number of boxes for destruction may range between 200 and 5,000 over five years. SET-ASIDE STATUS: The associated North American Industrial Classification System (NAICS) code for this procurement is 518210 with a small business size standard of $25.0 million. This requirement is a Small Business 8(a) set-aside and only qualified offerors may submit offers. CONTRACT INFORMATION: The Government intends to award one (1) fixed unit price, Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to the responsive and responsible offeror whose offer conforms to the requirements of the RFP. Offers will be evaluated in accordance with the criteria described in the RFP. Individual delivery orders will be issued under this contract. The contract ordering period is anticipated to be sixty (60) months. The total estimated contract value shall not exceed $4.1M over the life of the contract. Any inquires must be in writing only via e-mail to the person(s) specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement, you are encouraged to e-mail your questions to gladys.wilks@dhs.gov. No telephone requests will be accepted. Interested parties shall not make any attempts to contact the Office of Personnel Security. Please monitor FBO for the release of the RFP. Anticipated release date is 17 November 2010. Interested parties must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. DISCLAIMER: The solicitation is located on an official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted on the FBO page. This will be the only method of distributing amendments prior to closing. Therefore, it is the offerors' responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the reference web pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS03-11-R-PER003/listing.html)
 
Place of Performance
Address: Contractor's facility shall not be located more than 50 miles from TSA Headquarters in Arlington, VA, United States
 
Record
SN02346564-W 20101219/101217234104-b671b1935b0027d94695c0dd2150d4cc (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.