Mattress Recycling
Solicitation Number: Reference-Number-48CESMATTRESS
Classification Code: 93 -- Nonmetallic fabricated materials
NAICS Code: 337910 -- Mattress Manufacturing
Contracting Office Address: Department of the Air Force, United States Air Force Europe, 48 CONS/LGC, RAF Feltwell Unit 5070 Box 270, RAF Feltwell, UK, 09461-0270
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Requisition number 48CESMATTRESS is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-12. This acquisition is unrestricted. CLIN 0001.
Non-personal service to to provide, to the best commercial standard, all labor, equipment, facilities and transportation for a mattress and box-spring ?repair by replacement?, and a split box repair contract. Details are listed in appendix a of the statement of work. Appendix b provides estimated quantities for the purpose of this service. These estimates are based on a 12 month period and should not be exceeded. The number of calls cannot be estimated as this will be an ?as required? Contract. The contract shall be performed in accordance with the statement of work.
FAR provision at FAR 52.211-6 Brand Name or Equal, applies to this requirement. If quote is for an equal product, specifications of the item must be included in quotation. FAR provision at FAR 52.212-1, Instructions to Offerors- Commercial, applies to this RFQ with the following addenda: paragraph (i) of this provision does not apply and change paragraph (c) from 30 calendar days to 60 calendar days. Each offer submitted will be evaluated separately.
Far provision 52.212-2, Evaluation ? Commercial Items, applies to this RFQ with the following addenda: Paragraph (a) is filled in with (1) Technical Specifications (2) Past performance (3) price, (Technical specifications and past performance, when combined, are approximately equal to price). Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications’ Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions- Commercial Items, without addenda and 52.212-5 Contract Terms and Conditions Required to Implement Statues of Executive Orders
Commercial Items, without addenda, applies to this acquisition (including: 52.222-21, 52.222-26,52.222-35, 52.222-36, 52.222-37 and 52.232-33). FAR provision at FAR 52.217-9. Option To Extend the Term of the Contract applies. FAR provision at FAR 52.232-19 Availability of Funds. DFARS provisions at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.229-7006, Value Added Tax (VAT) Exclusion; and 252.229-7008, Relief From Import Duty (UK) applies to this acquisition; including USAFE 5352.225-9102, Submission of offers in other than United States Currency. All FAR, DFARS and USAFE clauses, in full text, can be found at URL http://farsite.hill.af.mil.
Notice: reference dfars clause 252.204-7004, ? Required central contractor registration?. As of 31 may 1998, all contractors wishing to do business with the department of defense are required to be registered in the central contractor registry. It is the offeror?s responsibility to register and /or confirm tht all information in the registry is accurate and complete.
Bids shall be submitted via fax to 011-44-163852-7183 or email to mike.willis@lakenheath.af.mil not later than 1400 (2:00 p.m.) GMT, 23 September 2004. Direct any questions or concerns to Mike Willis at 011-44-1638 52-7091 or email at mike.willis@lakenheath.af.mil
Point of Contact: Mike Willis, Contract Specialist, Phone 011 44 1638 527091, Fax 011 44 1638 527202, Email mike.willis@lakenheath.af.mil - Dennis Holman, Contract Specialist, Phone 44 (0) 1638527354, Fax 44 (0) 1638527202, Email dennis.holman@lakenheath.af.mil.
Place of Performance: Address: 48 CES/CEHS RAF FELTWELL NORFOLK
Postal Code: IP26 4HL United Kingdom
Wooden Pallets, Material Handling
Document Type: Presolicitation Notice
Solicitation Number: SP0500-04-R-0084
Set Aside: Total Small Business
NAICS Code: 321920 -- Wood Container and Pallet Manufacturing
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - General & Industrial, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
Description: The Defense Supply Center Philadelphia (DSCP) is seeking proposals from interested vendors to establish a “prime vendor” contract for Pallet Management utilizing an Indefinite Quantity/Indefinite Delivery Type contract.
Pallet Management is defined as the furnishing of new or repaired wood pallets plus scrap wood removal which falls under Federal Stock Class 3990.
Based on the success of the acquisition at the locations listed in the Statement of Work the acquisition could expand to additional military installations located in the Western United States.
The NSNs covered under the solicitation are:
3990-00-935-7960; 3990-00-599-5326; 3990-01-041-8803; 3990-00-935-7826 and 3990-00-574-9622.
The items shall be submitted in accordance with the solicitation section titled, ?Statement of Work.
The primary customers will be the Defense Distribution Depots located in the Western Region of the United States and the Defense Distribution Depot in Kanagawa Japan.
These depots are annotated in the solicitation section titled Schedule of Supplies/Services.
Solicitation SP0500-04-R-0084 is expected to be issued September 27, 2004 with an expected closing date of October 27, 2004.
The resultant contract will be an Indefinite Quantity/Indefinite Delivery Type contract with a two year base period and 3 option years for a total contract period of 5 years.
The procurement is a Total Small Business Set Aside and will be negotiated utilizing best value source selection procedures in accordance with FAR 15. If conditions warrant and demand exists the Government intends to add additional NSNs via the Add/Delete Clause of the contract. To obtain a copy of the solicitation at the time of issue, please visit our web site at http:/progate.daps.dla.mil/home/ (Procurement Gateway). From the Gateway homepage select: Search RFPs from the left sidebar. Then choose the RFP you wish to download. RFPs are in portable document format (PDF). Any questions can be sent to Robert Hutkowski, 215-737-7447; E Mail Address to Robert.Hutkowski@dla.mil, or Mark Scott, 215-737-7531; E Mail address to Mark.Scott@dla.mil.
Latest from Construction & Demolition Recycling
- Nucor names new president
- Iron Bull addresses scrap handling needs with custom hoppers
- Brass Knuckle designs glove for cold weather applications
- Metso, ALLU, Kinshofer recognized by AEM
- Eagle Crusher to unveil Talon line at CONEXPO-CON/AGG
- Raken announces expanded construction monitoring capabilities
- BCC Research forecasts growth for recycled wood market
- Colorado recycling company transitions to electric mobile equipment