The RFP Database
New business relationships start here

Medical Shredding Service


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ).

Submit written offers IAW CLIN structure outlined in announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 (effective 1 May 2018) and DFARS DPN 20180601 (effective 30 May 2018). The North American Industrial Classification System (NAICS) code of 561990 and Size Standard of $11M apply to this procurement.


This acquisition is being conducted as a full and open competition IAW FAR 19.502-2(a).


Purchase Request #: F4D4A18038A001
Project Title: 30 MDG Medical Shredding Service


1. Please see attached documents for detailed description of requirements.
Attachment 1: Performance Work Statement
Attachment 2: SCA Wage Determination
Attachment 3: RFQ Template (required for submission of quote).


2. Quotes shall be valid through 31 July 2018.


3. Period of Performance:
Base Year: 18 Jul 2018 - 17 Jul 2019
Option Year 1:18 Jul 2019 - 17 Jul 2020
Option Year 2:18 Jul 2020 - 17 Jul 2021
Option Year 3:18Jul 2021 - 17 Jul 2022
Option Year 4:18 Jul 2022 - 17 Jul 2023


4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email No Later Than (NLT) Friday, 22 June 2018 at 11:00 AM (PST). Telephone and other means of oral communication will not be permitted.


5. Quotes must be received by email to the Contract Specialist Virgie Daniels at virgie.daniels@us.af.mil
6. (NLT) Thursday, 28 June 2018 at 11:00 AM (PST).


7. Quotes should conform to the CLIN structure as established in the Quote Template.


The contract will be a Firm Fixed Price.


The following clauses are incorporated by reference in the final award:
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions-Commercial Items
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-50 Combat Trafficking in Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-5 Pollution Prevention and Right-To-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.224-3 Privacy Training
52.225-13 Restrictions on Certain Foreign Purchases
52.232-18 Availability of Funds
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.242-15 Stop-Work Order
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (Oct 2015)
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items


The following clauses are incorporated by full text in the final award:
52.212-5 (DEV) Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Nov 2017)
(ix): N/A
52.217-8 Option to Extend Services
(60) Days
52.217-9 Option to Extend the Term of the Contract
(a) Notice to Ktr: (30) Days
Notice to Cust: (60) Days
(b) (4) Years
52.222-42 Statement of Equivalent Rates for Federal Hires


Employee Class Monetary Wage - Fringe Benefits
Recycling Specialist $19.83 (36.25%)


52.252-2 Clauses Incorporated by Reference
http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
(c): AFICA/KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554- 5300, (F) 719-554-5299, afica.ks.wf@us.af.mil.


5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
(b) If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-status- states-territories.
(d) AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management
5352.242-9001 Common Access Cards (CACs) for Contractor Personnel


The following clauses for purchase orders with options are incorporated by full text in the final award:
52.217-8 Option to Extend Services
N/A
52.217-9 Option to Extend the Term of the Contract
(a): 30/60
(c): 5 years


The following clause for purchase orders with options is incorporated by reference in the final award:
52.232-18 Availability of Funds


The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.212-1 Instructions to Offerors - Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
252.204-7011 Alternative Line Item Structure
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.222-7007 Representation Regarding Combating Trafficking in Persons
252.225-7001 Buy American Statute - Balance of Payments Program Certificate


The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items
(a): Price

52.212-3, Alt I Offerors Representations & Certifications - Commercial Items, Alternate I
52.252-1 Provisions Incorporated by Reference
http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law


All potential offerors are reminded that compliance with FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will make an offeror ineligible for contract award. All quotes should be valid for 90 days. Quotes must be sent to the attention of Virgie Daniels at virgie.daniels@us.af.mil No Later Than (NLT) Thursday, 28 June 2018 at 11:00 AM (PST).


Virgie Daniels, Phone 8056063872, Email virgie.daniels@us.af.mil - Kari D. Hughes, Contracting Officer, Phone 8056064469, Email kari.hughes.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP