Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2017 FBO #5588
MODIFICATION

R -- Confidential On-Site Document Shredding

Notice Date
3/10/2017
 
Notice Type
Modification/Amendment
 
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, District of Columbia, 20202-5405
 
ZIP Code
20202-5405
 
Solicitation Number
ED-FSA-17-R-0006
 
Archive Date
4/5/2017
 
Point of Contact
Shauntynee Penix, Phone: 2023773629, Joyce R. Bettis, Phone: 2023773240
 
E-Mail Address
shauntynee.penix@ed.gov, joyce.bettis@ed.gov
(shauntynee.penix@ed.gov, joyce.bettis@ed.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Description (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being issued as a Request for Proposal (RFP). This notice and the incorporated provision and clauses are those in effect through the Federal Acquisition Circular number 2005-95. (ii) This requirement is solicited as a total Small Business Set Aside. The North American Industry Classification (NAICS) code for this requirement is 561990 and the Small Business size standard is $11 million. Offerors must be registered and marked as "active" in the System for Award Management (SAM) at www.sam.gov, in order to be considered for award. The Government anticipates awarding a firm-fixed price (FFP) contract resulting from this RFP. The Government will be performing a technical, past performance and price evaluation in accordance with FAR Part 13. (iii) All future information about this acquisition, including solicitation amendments, will be distributed solely through the FEDBIZOPPS site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition including responses to questions. (iv) The Department of Education, Federal Student Aid, Facilities, Security and Emergency Management Office is seeking on-site confidential document shredding services for its Washington, DC headquarters, and 10 regional offices in Atlanta, Chicago, San Francisco, New York City, Philadelphia, Seattle, Dallas, Boston, Kansas City and Denver. Please see the attached Statement of Work for details about this requirement and the period of performances. (v) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors - Commercial Items, applies to this solicitation. (vi) Addendum to FAR 52.212-1 Instructions to Offerors- Commercial Items Submission of Proposals: Proposals will only be accepted electronically and are to be submitted to the Contracting Officer, Joyce Bettis at Joyce.Bettis@ed.gov and Contract Specialist, Shauntynee Penix at Shauntynee.Penix@ed.gov. No other method of submission will be accepted. The deadline for proposals is March 21, 2017 by 12:00pm EST. The subject of the email shall be "Document Shredding Services". Please indicate solicitation number ED-FSA-17-R-0006 on all offers. Proposals received after the stated date and time will not be considered for award. All questions shall also be submitted via electronic mail to Joyce Bettis and Shauntynee Penix at the email addresses listed above, by 12:00pm Eastern Standard Time (EST) on March 13, 2017. Proposals shall be submitted in two volumes: Volume I shall include the following information: Technical Approach and Past Performance. Volume II shall contain pricing information only. No pricing information shall be included in Volume I. All pages within each category shall be appropriately numbered. The font size is 12 point Times New Roman. The offeror proposal shall also include their DUNS and Cage number. The offeror proposal shall address/include the following: Evaluation Factor 1 Technical Approach (shall not exceed 4 pages) The offeror technical approach shall fully address the performance objectives and work requirements that are identified in the Statement of Work (SOW). The offeror must also be able to show that they can provide the services outlined in the SOW to all Department of Education, Federal Student Aid and its eleven (11) regional offices. Evaluation Factor 2 Past Performance (shall not exceed 4 pages) The offeror shall include: (i) a brief resume of the firm, its management and accomplishments; and (ii) summaries of recent contracts, subcontracts and task or purchase orders with Federal Student Aid, other U.S. Government organizations, and/or commercial firms for the same or similar services as herein requested and if available. The list of recent contracts should cover no more than the recent past 3 years and include, for each listing: the contract (prime contract in case of subcontract effort); purchase order number; the name of the organization or firm who issued the prime contract, the project officer and his/her phone number, if available; the performance period of contract, subcontract, purchase order, dollar value and a brief description of the work performed stressing its relationship to the work required by this solicitation. The offeror shall list at least two but no more than four references. For contractors with no relevant corporate past performance, the Government will take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government may use past performance information obtained from other than the sources identified by the offeror and that the information obtained will be used for both the responsibility determination and the best value decision. Evaluation Factor 3 Price The offeror shall submit their price quote using the attached pricing template. The offeror shall provide pricing for the base and four option years. The offeror price quote shall also include a spreadsheet with the breakout of the proposed labor categories, labor rates, labor hours, materials and any other costs that make up the overall fixed price for the base year and option years. Period of Acceptance of Proposals The offeror agrees to hold firm their proposed prices in their proposal for 45 calendar days from the date specified for the receipt of offers. (vii) FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). (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) technical approach, (2) past performance, and (3) price. Factor 1 is more important than factors 2 and 3. When combined factors 1-2 are more important than factor 3. In the event that evaluation results in an outcome where the ratings are significantly close, price will become an increasingly more important factor in the best value determination for the Government. (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 options (s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there negotiations after its receipt, unless a written notice of withdrawal is received before award. (viii) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications - Commercial Items with their proposal. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM). (ix) The FAR clause 52-212-4 Contract Terms and Conditions - Commercial Items, is incorporated by reference. (x) The FAR clause 52-212-5 Contract Terms and Conditions - Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional clauses cited in the clause are also applicable to this acquisition: 52.219-6 Notice of Total Small Business Set Aside, 52.223-3 Convict Labor,52.222-19 Child Labor, 52.222-21 Prohibition of Segregated FACILITIES, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-50 Combating Trafficking in Person, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xi) FAR clause 52.217-8 Option to Extend Services- The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revision to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written to the Contractor within 5 days. (End of Clause) (xii) FAR clause 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 5 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 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 for this contract, including the exercise of any options under clause shall not exceed 66 months. (End of Clause) (xiii) FAR 52.222-41 Service Contract Labor Standards (May 2014) Incorporated by Reference (End of Clause) (xiv) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) Incorporated by Reference (End of Clause) (xv) FAR 52.237-3 Continuity of Services (JAN 1991) Incorporated by Reference (End of Clause) (xvi) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (End of Clause) Department of Education Federal Student Aid Terms and Conditions EDAR 3452.201-70 Contracting Officer's Representative (COR) (MAR 2011) (a) The Contracting Officer's Representative (COR) is responsible for the technical aspects of the project, technical liaison with the contractor, and any other responsibilities that are specified in the contract. These responsibilities include inspecting all deliverables, including reports, and recommending acceptance or rejection to the contracting officer. (b) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes that affect the contract price, terms, or conditions. Any contractor requests for changes shall be submitted in writing directly to the contracting officer or through the COR. No such changes shall be made without the written authorization of the contracting officer. (c) The COR's name and contact information: Diarra D. Toye Contracting Officer's Representative Technology Office/ Network Services Federal Student Aid U.S. Department of Education 830 First Street N.E. Washington, DC 20202 Office: (202) 377-3935 diarra.toye@ed.gov (d) The COR may be changed by the Government at any time, but notification of the change, including the name and address of the successor COR, will be provided to the contractor by the contracting officer in writing. (End of clause) EDAR 3452.224-70 Release of information under the Freedom of Information Act (MAR 2011) By entering into a contract with the Department of Education, the contractor, without regard to proprietary markings, approves the release of the entire contract and all related modifications and task orders including, but not limited to: (1) Unit prices, including labor rates; (2) Statements of Work/Performance Work Statements generated by the contractor; (3) Performance requirements, including incentives, performance standards, quality levels, and service level agreements;(4) Reports, deliverables, and work products delivered in performance of the contract (including quality of service, performance against requirements/standards/service level agreements); (5) Any and all information, data, software, and related documentation first provided under the contract; (6) Proposals or portions of proposals incorporated by reference; and (7) Other terms and conditions. (End of clause) EDAR 3452.242-73 ACCESSIBILITY OF MEETINGS, CONFERENCES, AND SEMINARS TO PERSONS WITH DISABILITIES (MAR 2011) The contractor shall assure that any meeting, conference, or seminar held pursuant to the contract will meet all applicable standards for accessibility to persons with disabilities pursuant to section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794) and any implementing regulations of the Department. (End of clause) FSA 4-1 ONLINE REPRESENTATION AND CERTIFICATION UPDATES (APR 2013) The Small Business Administration validates a Contracting Officer's reporting of an awardee's business size in the Federal Procurement Data System by comparing it with contractor-reported data contained in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/. Even if an offeror elects to execute a hard copy of the offeror's representations and certifications when responding to this solicitation or request for quotation, the offeror is also required to ensure the NAICS identified with this acquisition, and the offeror's corresponding business size, is updated in SAM. (End of clause) FSA 24-1 Release of Information under the Freedom of Information Act (Jan. 2008) By entering into a contract with the Department of Education, the contractor, without regard to proprietary markings, approves the release of the entire contract and all related modifications and task orders including, but not limited to: (1) Unit prices, including labor rates, (2) Statements of Work/Performance Work Statement generated by the contractor, (3) Performance requirements, including incentives, performance standards, quality levels and service level agreements, (4) Reports, deliverables and work products delivered in performance of the contract (including quality of service, performance against requirements/standards/service level agreements), (5) Any and all information, data, software and related documentation first provided under the contract, (6) Proposals or portions of proposals incorporated by reference, and (7) Other terms and conditions. (End of Clause) FSA 32-1 Invoice Procedures (MAR 2012) The Contractor must submit an invoice via mail, fax, or e-mail for this contract in order to be paid for products and/or services rendered. For Prompt Payment Act purposes, Invoices received after 3 p.m. will be processed on the next business day. Federal Student Aid's "Designated Billing Office" (DBO) is: US Department of Education Union Center Plaza Federal Student Aid Administration 830 First Street, NE - Suite 54B1 Washington, D.C. 20201-0001 E-mail: Invoice.Admin@ed.gov Fax: (202) 275-3477 A contractor shall also simultaneously submit copies of the invoice to the Contracting Officer (CO) 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 DBO. When submitting an invoice via mail, the Contractor shall submit the original invoice and two copies of the invoice. 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. (2) Invoice Number and Invoice Date. (3) The Contract number, contract line item, and if applicable, the order number. (4) Description, quantity, unit of measure, unit price, and extended price of the delivered item or service, as defined in the contract or order. (5) Terms of any offered prompt payment discount. (6) Name, title, and phone number of persons to be notified in event of a defective invoice. (7) The period of time covered by the invoice. (8) Totals, 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. (10) Special instructions for finance payments: Invoices for finance payments shall specifically and prominently identify the payment request as follows: REQUEST FOR FINANCING PAYMENT Finance payments are not subject to the Prompt Payment Act. Failure to identify the invoice as a request for financing may result in delay of payment. Invoices that are identified as Requests for Finance Payments shall only include the finance payments listed in the contract. Requests for finance payments shall not be combined with other types of invoice payments. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/FSA/CA/ED-FSA-17-R-0006/listing.html)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN04431807-W 20170312/170310234821-812fb28804f0eecc11ab434a606d4e6f (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.