Maine Bids > Bid Detail

Shredding Services at the Defense Finance and Accounting Service, Limestone, Maine

Agency:
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159128587313272
Posted Date: Mar 19, 2024
Due Date: Apr 2, 2024
Source: https://sam.gov/opp/1e45a30195...
Follow
Shredding Services at the Defense Finance and Accounting Service, Limestone, Maine
Active
Contract Opportunity
Notice ID
HQ044349748
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE FINANCE AND ACCOUNTING SERVICE (DFAS)
Office
DEFENSE FINANCE AND ACCOUNTING SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 19, 2024 10:05 am EDT
  • Original Response Date: Apr 02, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R614 - SUPPORT- ADMINISTRATIVE: PAPER SHREDDING
  • NAICS Code:
    • 561990 - All Other Support Services
  • Place of Performance:
    ME 04751
    USA
Description

THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT INQUIRY FOR MARKET RESEARCH PURPOSES ONLY. PLEASE DO NOT SUBMIT A QUOTE.



The Defense Finance and Accounting Service expects to have a requirement for Shredding Services at its Limestone, Maine facility. This would be a requirement for one base year and four option years.



Response: If you are interested in being notified when the solicitation is issued, please respond via email by 11:00 a.m. Eastern time to:



Cecilia McLaughlin, cecilia.m.mclaughlin.civ@mail.mil, with your response to the questions below:



1) Your company's name and CAGE code



2) Your company's address



3) The name, email, telephone number of your company's contact person.



4) Your company's size--small business, large business, other.



===============================================



A copy of the tentative Statement of Work (SOW) is below:



Statement of Work



Refuse Collection and Disposal Services DFAS Limestone, ME






  1. Scope of the Contract





The contractor shall provide all personnel, equipment, materials, tools, supervision, and transportation necessary to adequately provide on-site shredding and disposal of paper and associated materials for DFAS Limestone as outlined in this Scope of Work (SoW).



The property is located at 27 Arkansas Road



Limestone, ME 04751-6216.






  1. Description of Work








    1. Shredding





The contractor services will provide for the convenient, safe, and secure destruction of a variety of media which may include but not limited to paper, plastic, folders, cassette tapes, and disks. All media to be shredded will be unclassified information which includes FOUO and PPI.





All material will be shredding on-site and in no case shall the contractor leave DFAS property with unshredded media. The contractor shall crosscut the material to a maximum size of 4mm x 40mm.





Once the media has been shredded, it will no longer be considered FOUO/PPI and the contractor may dispose of it using the normal industry methods. Any cost associated with the disposal shall be paid by the contractor at no additional cost to the government.








    1. Bins





The contractor shall provide eight upright trashcan style disposal bins at no additional cost to the government. Each bin shall be between 90 and 100 gallons and have wheels and a handle suitable for moving it through the building. The bins must have a lid capable of locking with a large padlock (provided the government). The lids must be non-








    1. Pickup







The contractor shall empty and return the bins once a month, 12 times each calendar year. Monthly pickup must occur no sooner than three weeks and no later than five weeks from the previous monthly pickup.





On an ad hoc basis, the contractor shall empty and return the bins up to six times each contract period in accordance with this PWS. Ad hoc pickups must occur within three business days from the date the contractor is notified by the Contracting Officer Representative (COR). Ad hoc pickups will be billed at half the contract rate if they are not completed within the three-day suspense.





In all cases, pickups are to be completed between 0730 and 1500, Monday through Friday and may not occur on any federal holiday. The contractor shall provide the COR at least two business days notice prior to arriving at the facility for pickup.





All pickups will be made loading dock area of the facility. The government will bring the bins to either the edge of the loading dock or to ground level outside, as requested by the contractor. The contractor shall be responsible for emptying the bins without assistance from the government. The government will return the bins to their location within the building.






  1. Workmanship



All work shall be performed to the highest standards of the trade and shall conform to all codes governing that trade, state, local and federal. The work will be conducted as to avoid damage to other property and equipment in the area. All damage thereto shall be made good by the contractor at his own expense.





Any work deemed unsatisfactory by the Contracting Officer shall be redone until acceptable at no additional cost to the government.






  1. Damage to Government Property



The contractor shall take all necessary precautions to ensure against damage to existing structures that are in place. The contractor shall immediately notify the COR of damage to any structures government facilities, property, or equipment occurring during performance of the contractual duties.





The contractor is responsible for the replacement or repair of damaged structures to the satisfaction of the contracting officer. The contractor will not replace or repair structures before obtaining approval from the contracting officer through the contracting officer.






  1. Other Contracts



The government may undertake or award contracts for additional work at or near the site of work under this contract.





The contractor shall fully cooperate with the other contractors and with government employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding the direction provided by COR. The contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or by government employees.






  1. Facility Access



The contractor should not access or attempt to access the interior of the facility for any reason without written approval by the COR and government employee escort.





The contractor will not be granted an access badge for the swing-arm gate of the dock as pickups will only occur within normal business hours. The contractor should utilize the phone located at the loading dock gate to contact warehouse personnel and ask to have the gate lifted.






  1. Security Requirements



The following items must be submitted to the DFAS Personnel Security Office for contractor personnel who are escorted:





DFAS Form 9035, Contractor Request for Investigation (CRI); OF306, Declaration for Federal Employment



A request from the Contracting Officer Representative (COR), in writing, for













A set of fingerprints, unless any of the following apply;




  • The person has been fingerprinted for the Office of Personnel Management (OPM) within the past 30 days;

  • The person is currently undergoing a background investigation, or reinvestigation, by OPM or any other Federal agency;

  • The person has a background investigation currently being adjudicated by the Department of Defense Consolidated Adjudications Facility (DoD- CAF) or another CAF;

  • The person has been favorably adjudicated within the past 30 days by the DoD CAF or a CAF from any other Federal agency; or

  • The person is coming directly from another DOD agency, with no break in service. This includes any of the military branches as well as the U.S.





Coast Guard; however, service members in an inactive reserve status are not included.




  • The DFAS Personnel Security Office otherwise determines that no new fingerprints are required.





Once the results of the fingerprints are received, and the results are negative for a criminal record, the DFAS Personnel Security Office will issue a notice to the COR indicating the contractor employee is clear to proceed. No further action will be needed at this point.





In cases where a fingerprint record check indicates contractor personnel have been involved in any criminal activity within the previous seven (7) years, DFAS Personnel Security will conduct a review of the record to determine if the activity is disqualifying i.e. presents a security risk to U.S. Government/DFAS personnel or assets. If it is determined that the record is not disqualifying, the DFAS Personnel Security Office will issue a notice to the COR indicating the contractor employee is clear to proceed.





Contractor personnel with current, pending criminal charges or criminal cases that have not yet been adjudicated and concluded by the court having jurisdiction, are not eligible to work on the contract.





DFAS personnel will escort and remain with the contractors 100% of the time the contractors are onsite. Contractors will not have or need direct system access.






  1. Safety Requirements



The contractor shall comply with applicable federal, state, DOD and OSHA policies. Contractor employees shall report work related injuries to their employer or appropriate contracting point of contact, who will report them to the Site Safety Manager (SSM) and COR.





The contractor is not covered by the federal Employee Compensation Act (FECA) is responsible for orkers compensation entitlements while on DFAS property performing assigned duties.



END


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACT SERVICES DIRECTORATE 3990 EAST BROAD STREET BLDG21-2B218
  • COLUMBUS , OH 432131152
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 19, 2024 10:05 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >