This is a combined synopsis/solicitation for commercial items 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; quotes 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-0124. Submit only written quotes for this RFQ. This solicitation is 100% SMALL BUSINESS SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 561990.
This RFQ contains five (5) Line Items for a Base plus four option years:
CLIN
0001
09/01/2024 – 08/31/2025 – Base Year – The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis. Services are to be performed on-site, located at 1201 Heritage Circle, Pawnee, OK 74058.
*The contractor shall also furnish ten (10) 96-gallon lockable bins with keys, in accordance with the attached statement of work.
0002
09/01/2025 – 08/31/2026 – Option Year 1 – The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis. Services are to be performed on-site, located at 1201 Heritage Circle, Pawnee, OK 74058.
*The contractor shall also furnish ten (10) 96-gallon lockable bins with keys, in accordance with the attached statement of work.
0003
09/01/2026 – 08/31/2027 – Option Year 2 – The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis. Services are to be performed on-site, located at 1201 Heritage Circle, Pawnee, OK 74058.
*The contractor shall also furnish ten (10) 96-gallon lockable bins with keys, in accordance with the attached statement of work.
0004
09/01/2027 – 08/31/2028 – Option Year 3 – The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis. Services are to be performed on-site, located at 1201 Heritage Circle, Pawnee, OK 74058.
*The contractor shall also furnish ten (10) 96-gallon lockable bins with keys, in accordance with the attached statement of work.
0005
09/01/2028 – 08/31/2029 – Option Year 4 – The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis. Services are to be performed on-site, located at 1201 Heritage Circle, Pawnee, OK 74058.
*The contractor shall also furnish ten (10) 96-gallon lockable bins with keys, in accordance with the attached statement of work.
PERIOD OF PERFORMANCE:
Base Year: 09/01/2024 – 08/31/2025
Option Year One: 09/01/2025 – 08/31/2026
Option Year Two: 09/01/2026 – 08/31/2027
Option Year Three: 09/01/2027 – 08/31/2028
Option Year Four: 09/01/2028 – 08/31/2029
Vendor Technical Requirements: The contractor shall provide an adequate method for total destruction (shredding) and disposal of patient and employee private information on a monthly basis.
- Services are to be performed on-site, location:
1201 Heritage Circle
Pawnee, OK 74058
The contractor shall also furnish ten (10) 96-gallon lockable bins with keys.
Submit Quotes no later than: 06/06/2024 04:00p.m. CDT to the Following Point of Contact: via Email: amber.chavez@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021) (completed as follows):
(a) The Government will award a firm fixed price 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:
Lowest Price Technically Acceptable
Evaluation Factors:
- Offer shall perform shredding services on-site, located at:
- 1201 Heritage Circle
Pawnee, OK 74058
- Vendor shall furnish ten (10) 96-gallon lockable bins with keys.
- Submit Indian Economic Enterprise Representation Form
To be considered technically acceptable, items must meet the following:
- The contractor shall provide the Pawnee Indian Health Center with ten (10) 96-gallon bins at a single cost per month regardless of the volume in each bin. If in any given month the facility exceeds 10 total bins, then an overage charge per additional bin will be incurred.
- The contractor shall provide lockable containers with wheels to allow for easy movement of bins.
- The date of the monthly service will be coordinated with the facility to ensure bins are ready for pickup.
- The vendor will contact the designated contact person(s) on the day of the service to confirm approximate time of arrival. Service shall be provided Mon – Fri, 08:00 am to 4:00 pm.
- The contractor shall perform services on-site, located at:
1201 Heritage Circle
Pawnee, OK 74058
(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).
This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items (SEP 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (MAY 2024) (the offeror should include a completed copy of this provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5 (MAY 2024), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (amber.chavez@ihs.gov)
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, DUNS 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.