Furnish And Recycle Plastic And Glass Abrasive Media For Kansas Army National Guard, Ft Riley, KS
Document Type: Presolicitation Notice
Solicitation Number: W912JC-04-R-4020
Classification Code: 53 -- Hardware & abrasives
Set Aside: Total Small Business
Naics Code: 327910 -- Abrasive Product Manufacturing
Contracting Office Address: USPFO for Kansas, 2737 South Kansas Avenue, Topeka, KS 66611-1170
Description: This requirement is for Indefinite Delivery Indefinite Quantity Type contract to provide providing plastic and glass bead blast media including recycling of spent materials for use in paint removal from US Army vehicles., components, and to recycle spent material generated by such usage.
Plastic and glass media will be delivered FOB Destination and used at Kansas Army National Guard, MATES and Regional Maintenance Sites, Fort Riley, Kansas.
Award will be a requirements contract with a Base Year and Two (2) One (1) Year Options for a total period of Three (3) Years.
Responsible sources may obtain a copy of the request for Proposal by written request to the USPFO f or KANSAS Attn: Contracting, 2737 S. Kansas Ave. Topeka, KS.66611-1170 or by electronic mail to: linda.criss@ks.ngb.army.mil or by facsimile (785) 274-1642.
Responsible sources that meet the following criteria: Contractor shall be included in the current published list of Approved Manufacturers of Plastic Media qualifying to Mil-P-85891 for the types of plastic media required, as published by the Air Force Corrosion Office and Incorporated into T.O.1-1-8 and as required by Mil-P-85891, 6.3.1 may submit a proposal which will be considered. This is a total small business set-aside.
The total contract will not exceed $3 million for the 3 year contract.
Award will be made to the lowest priced technically acceptable proposal. The evaluation factors for award are past performance and technical considerations. When combined, past performance and technical considerations are approximately equal to cost or price with past performance slightly more important than technical.
Current Point of Contact: Linda. J. Criss, (785) 274-1215
Email your questions to USPFO for Kansas at linda.criss@ks.ngb.army.mil.
Lease And Recycling Of Various Abrasive Materials
Document Type: Presolicitation Notice
Solicitation Number: N0024404R0060
Classification Code: 53 -- Hardware & abrasives
Contracting Office Address:N00244 Naval Base 937 North Harbor Drive San Diego, CA.
Description: FISC San Diego Regional Contracting Department is announcing its intent to issue a Firm Fixed Price Indefinite Delivery Requirements type contract for a base year and four option years for the lease and recycling of the following abrasive materials: Glass beads, size 5, 1,800 lbs., glass beads, size 8, 1,200 lbs., glass beads, size 11, 46,000 lbs., garnet sand virgin, 36 grit, 9,000 lbs., garnet abrasive grain, 80 grit, 6,000 lbs., aluminum oxide, 16 grit, 24, 000 lbs., aluminum oxide, 60 grit, 14,000 lbs., and aluminum oxide, 150 grit, 5,000 lbs. All quantities listed are annual estimates.
The contractor shall be required to recycle the spent material in the United States in a manner that exempts it from characterization as a solid and hazardous waste material as defined in 40 CFR 261.2(e). The contractor shall recycle the spent material by utilizing it as an ingredient in an industrial process to make a new product, complying with local and state environmental regulations.
The place of performance is San Diego, CA 92135. Only technically acceptable offerors will be considered for award. As part of the technical evaluation, the offeror shall make their recycling facilities available for inspection by the designated team from the cognizant Defense Contract Management Command in order to ensure recycling operation meet all requirements for the Resource Conservation and Recovery Act (RCRA) exemption as a waste. Additionally, offerors shall provide proof or written approval from the state of California Environmental Protection Agency, and the environmental agency of the state in which the recycling is to take place, stating that their recycling process meets the requirements stipulated in 40 CFR 261.2(e) and any other state requirements. All responsible sources may submit an offer that will be considered. The applicable NAICS is 327910, Business size: 500 employees.
The solicitation document will be available for viewing and downloading at the following websites: www.neco.navy.mil and www.fedbizopps.gov on or about June 18, 2004. The solicitation period closes on COB 1600 PM, PST, July 16, 2004. This notice is issued as unrestricted.
Contact Ralph A. Franchi, Contract Specialist, FISC-SD, at 619-532-2517, ralph.franchi@navy.mil with questions.
Important Notice: DFARS 252.204-7004 Required Central Contract Registration applies to all solicitations issued on or after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Connect w ith www.ccr.gov to register on-line and/or Call 888-227-2423 for registration assistance.
Original Point of Contact: Ralph A. Franchi 619-532-2517 Ralph A. Franchi, FISCSD, 619-532-2517, ralph.franchi@navy.mil.
Recovering and Recycling of Tritium Items
The Operational Contracting Branch (88 ABW/PKD) will issue solicitation FA8601-04-R-0034 on or about 28 May 2004 for environmental services to recover and recycle any tritium items managed by the 88th ABW Directorate of Environmental Management.
Environmental services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover the recycle any of the following: emergency indicators (lighting), compasses and watches.
The Operational Contracting Branch (88 ABW/PKD) will issue solicitation FA4601-04-R-0034 on or about 28 May 2004 for environmental services to recover and recycle any tritium items managed by the 88th ABW Directorate of Environmental Management. Environmental services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover the recycle any of the following: emergency indicators (lighting), compasses and watches.
Period of Performance is estimated to be 1 Oct 04 through 30 Sep 05. This contract includes provision for four one-year option periods. This acquisition is a 100% Small business set-aside. The North American Industry Classification System (NAICs) code for this acquisition is 562211, Size Standard $10M. A small business is independently owned and operated, is not dominant in the field of environmental services in which it is proposing on Air Force contracts and with its affiliates; and annual receipts do not exceed $10M.
The Request for Proposal (RFP) and Performance of Work Statement (PWS) will be posted on the ASC PreAward Information Exchange System (PIXS) web site (http://www.pixs.wpafb.af.mil) on or about 28 May 2004. No hard copies will be sent.
All responsible small business sources may submit a proposal and shall be considered. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. CCR can be contacted telephone 1-888-CCR-2423, Fax 1-703-696-0213 or their website http:// ccr2000.com.
Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, woman-owned small business, 8(a), or HUB Zone. All interested firms shall submit information demonstrating their abilities to perform any or all of the work herein described. The Air Force expects to award a small business set aside. Small business offerors should provide a statement about their capabilities package. Each respondent is further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.
The Air Force intends, with-or-without discussions, to award a contract based on responses to the RFP. The Air Force does not intend to pay for information solicited. Each offeror should not construe this presolicitation as a commitment by the Air Force other than to provide tentative dates for issuing the RFP (NLT 28 May 04), opening of proposals (NLT 30 Jun 04), and contract award (NLT 30 Sep 04).
Direct all questions concerning this acquisition to William Callaway, 88 ABW/PKD, , 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309; at (william.callaway2@wpafb.af.mil).
Disposition of Old Salvage Yard, Y-12
Document Type: Special Notice
Solicitation Number: DOE-SNOTE-040603-001
Contracting Office Address: P. O. Box 2001 Oak Ridge TN, 37871
Description: The U.S. Department of Energy is issuing a request for task order proposals to pre-qualified firms who have been issued a Basic Ordering Agreement (BOA) for material disposition in accordance with FAR 16.7. The instant task order (DE-AT05-04OR23063) requires the contractor to receive, load, transport, process, and disposition an estimated 7,000 tons of scrap. The Oak Ridge Operations Office conducts vendor prequalification and awards BOAs annually.
Vendors interested in participating in the program should refer to the following website for details including qualification requirements: http://www.oro.doe.gov/Procurement/recent_awards.html.
Administrative Point of Contact: Connie Bayless. Tele. 865-241-6413 or e-mail: baylesscd@oro.doe.gov
Floating Crane Services
Document Type: Presolicitation Notice
Solicitation Number: N00604CRANE
Classification Code: W -- Lease or Rental of equipment
Contracting Office Address: N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2001-22 & 23, Effective 05 May 2004 & Class Deviation 2004-o0001 Current to DCN 20040513 Edition.
Floating Crane Services to include operator. Require a floating crane or barge with installed crane with a 20-40 ton lift capacity capable of being operated in approximately 12 feet of water (at minimum depth).
Crane will be used to remove scrap metal/debris from sunken barges located in Keehi Lagoon, HI as part of the RIMPAC salvage project sometime during the period of June 30-July 16, 2004 for a period of 5-7 consecutive days.
Crane will operate during daylight hours (9 hour shifts from 0800-1700) and need to be moved once to the project site at Keehi Lagoon.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation Commercial Items applies.
The Government intends to make a single a ward to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price.
The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision.
Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7036, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. FAR 52.223-3 Hazardous Material Identification and Material Safety Sheet and DFAR 252.223-7001 Ha zard Warning Labels apply. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 4:00 p.m. HST, 11 June 2004.
Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860 Facsimile proposals will be accepted at 808/473-5750. E-mail quotes may be addressed to sandra.agbayani@navy.mil with cc copy to stephen.durrett@navy.mil.