This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0176. Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is FULL AND OPEN. The associated NAICS code is 561990.
This RFQ price schedule contains twenty (20) Line Item:
CLIN
DESCRIPTION
QTY
UNIT
Unit Price
TOTAL
0001
BASE YEAR - 09/01/2024 – 08/31/2025 – Shredding services every 4 weeks for Clinton IHS (26 consoles)
13
EA
0002
BASE YEAR - 09/01/2024 – 08/31/2025 – Shredding services every 4 weeks for El Reno IHS (9 consoles)
13
EA
0003
BASE YEAR - 09/01/2024 – 08/31/2025 – Shredding services every 4 weeks for Watonga IHS (4 consoles)
13
EA
0004
BASE YEAR - 09/01/2024 – 08/31/2025 – Annual Purge/Overages for all 3 sites when necessary
DO
0005
OPTION YEAR 1 - 09/01/2025 – 08/31/2026 – Shredding services every 4 weeks for Clinton IHS (26 consoles)
13
EA
0006
OPTION YEAR 1 - 09/01/2025 – 08/31/2026 – Shredding services every 4 weeks for El Reno IHS (9 consoles)
13
EA
0007
OPTION YEAR 1 - 09/01/2025 – 08/31/2026 – Shredding services every 4 weeks for Watonga IHS (4 consoles)
13
EA
0008
OPTION YEAR 1 - 09/01/2025 – 08/31/2026 – Annual Purge/Overages for all 3 sites when necessary
DO
0009
OPTION YEAR 2 - 09/01/2026 – 08/31/2027 – Shredding services every 4 weeks for Clinton IHS (26 consoles)
13
EA
0010
OPTION YEAR 2 - 09/01/2026 – 08/31/2027 – Shredding services every 4 weeks for El Reno IHS (9 consoles)
13
EA
0011
OPTION YEAR 2 - 09/01/2026 – 08/31/2027 – Shredding services every 4 weeks for Watonga IHS (4 consoles)
13
EA
0012
OPTION YEAR 2 - 09/01/2026 – 08/31/2027 – Annual Purge/Overages for all 3 sites when necessary
DO
0013
OPTION YEAR 3 - 09/01/2027 – 08/31/2028 – Shredding services every 4 weeks for Clinton IHS (26 consoles)
13
EA
0014
OPTION YEAR 3 - 09/01/2027 – 08/31/2028 – Shredding services every 4 weeks for El Reno IHS (9 consoles)
13
EA
0015
OPTION YEAR 3 - 09/01/2027 – 08/31/2028 – Shredding services every 4 weeks for Watonga IHS (4 consoles)
13
EA
0016
OPTION YEAR 3 - 09/01/2027 – 08/31/2028 – Annual Purge/Overages for all 3 sites when necessary
DO
0017
OPTION YEAR 4 - 09/01/2028 – 08/31/2029 – Shredding services every 4 weeks for Clinton IHS (26 consoles)
13
EA
0018
OPTION YEAR 4 - 09/01/2028 – 08/31/2029 – Shredding services every 4 weeks for El Reno IHS (9 consoles)
13
EA
0019
OPTION YEAR 4 - 09/01/2028 – 08/31/2029 – Shredding services every 4 weeks for Watonga IHS (4 consoles)
13
EA
0020
OPTION YEAR 4 - 09/01/2028 – 08/31/2029 – Annual Purge/Overages for all 3 sites when necessary
DO
TOTAL FOR BASE PLUS OPTIONS
PERIOD OF PERFORMANCE: BASE YEAR – 07/29/2024 – 07/28/2025
OPTION YEAR 1 – 07/29/2025 – 07/28/2026
OPTION YEAR 2 – 07/29/2026 – 07/28/2027
OPTION YEAR 3 – 07/29/2027 – 07/28/2028
OPTION YEAR 4 – 07/29/2028 – 07/28/2029
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 08/13/2024 2:00 p.m. CST to the Following Point of Contact (only): Krishna Harriman, Contract Specialist, via Email: [email protected].
Evaluation: FAR 52.212-2 Evaluation – Commercial Products and Commercial Services (NOV 2021):
(a) The Government will award a firm fixed price Purchase Order 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:
Best Value (see criteria below)
In determining best value, the Government will use Trade-offs where Price and other evaluation factors will be considered: Technical Capability, Certifications and Pricing. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or 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).
(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 are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
VENDORS SHALL SUBMIT THE FOLLOWING:
*COMPLETED PRICE SCHEDULE (INCLUDING OPTION YEARS)
*VENDOR SHREDDING PROCESS
*ABILITY TO PROVIDE SERVICES EVERY 4 WEEKS (13 TOTAL SERVICES PER YEAR/ PER SITE)
*COPY OF VENDORS NAID AAA CERTIFICATION
*CONFIRMATION OF HIPAA COMPLIANCE
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED
PROVISIONS: FAR 52.252-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023);
FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024);
FAR 52.217-5, Evaluation of Options (JULY 1990);
FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999);
FAR 52.222-52, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014);
FAR 52.252-5, Authorized Deviations in Provisions (Nov 2020);
HHSAR 352.239-72, Information System Security Plan and Accreditation (Feb 2024);
HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION);
(the offeror should include a completed copy of these provisions with their quote).
CLAUSES: 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): https://www.acquisition.gov/browse/index/far
FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020);
FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023);
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021);
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023);
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024);
FAR 52.217-8, Option to Extend Services (Nov 1999);
FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000);
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022);
FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024);
FAR 52.222-3, Convict Labor (Jun 2003);
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024);
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015);
FAR 52.222-26, Equal Opportunity (Sep 2016);
FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020);
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);
FAR 52.222-50, Combating Trafficking in Persons (Nov 2021);
FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014);
FAR 52.224-1, Privacy Act Notification (Apr 1984);
FAR 52.224-2, Privacy Act (Apr 1984);
FAR 52.224-3, Privacy Training (Jan 2017);
FAR 52.225-13, Restrictions of Certain Foreign Purchases (Feb 2021);
FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (MAY 2024);
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018);
FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013);
FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);
HHSAR CLAUSES:
HHSAR 352.204-71, Information and Information Systems Security (DEVIATION) (Feb 2024);
HHSAR 352.204-72, Records Management (DEVIATION) (Feb 2024);
HHSAR 352.204-73, Contractor Personnel Security and Agency Access (DEVIATION) (Feb 2024);
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);
HHSAR 352.224-71, Confidential Information (Feb 2024);
HHSAR 352.226-1, Indian Preference (Dec 2015);
HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022);
HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION);
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected])
All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.