Recycling System
Fauquier County, VA
<http://www.fauquiercounty.gov/government/departments/procurement/index.cfm?action=solicitations&viewmore&id=323>
Purchase Of Six Cubic Yard Containers And 30 Cubic Yard Rolloff.
Document Type: Combine Solicitation
Solicitation Number: W911SG-06-T-0487
NAICS Code: 331221 -- Rolled Steel Shape Manufacturing
Contracting Office Address: ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. No drawings or schematics are available from this agency. The 2002 North American Industry Classification System code for this acquisition is 331221.
Fort Bliss Directorate of Contracting is seeking to purchase of 50 each six cubic yard containers, 12 gauge, front load containers for cardboard recycling.
Containers to be painted forest green with recycling slot, plastic lid and locking device. Size slot is 10 inch x 60 inch. Purchase of 8 each 30 cubic yard rolloff, 10 gauge, for cardboard recycling. Rolloffs to be enclosed, total of 6 slots, 3 slots per side 10 inch x 54 inch, painted forest green. To be delivered to Bldg 1336 Marshall Rd, Recycle Center, Fort Bliss, Texas 79916.
Point of Contact: Melitona Segura, (915) 568-3423. Email your questions to ACA, Fort Bliss at seguram@bliss.army.mil mailto:seguram@bliss.army.mil.
Crush Concrete and Asphalt Rubble
Document Type: Combine Solicitation
Solicitation Number: FA4625-06-Q-0026
Set Aside: Total Small Business
NAICS Code: 238910 -- Site Preparation Contractors
Contracting Office Address:
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305
Description: This combined synopsis/solicitation is set-aside for small business, commercial items (non-personal services), prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. North American Industry Code 238910 with a size standard of $13.0M applies to this procurement. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4625-06-Q-0026, which incorporates the provisions and clauses as those in effect through Federal Acquisition Circular 2005-12. Department of Labor Wage Determination number 2005-2307 Rev (01) is to be used during the contract, http://www.wdol.gov. The Period of Performance shall be 60 days; commencing on the date of award. Preliminary mobilization and site preparation must be accomplished prior to 30 September 2006. Prospective offerors shall be registered in Central Contractor Registration before award, www.ccr.gov.
Description/Scope Of Work 1. The Contractor shall furnish, deliver and install a fully operational industrial crusher to the Whiteman AFB Solid Surface Holding Area. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary for the operation of the crusher. The Contractor shall be responsible for furnishing and installing all peripherals such as conveyor systems, materials handling equipment (machinery), etc that is required for this purchase order. Bid Schedule: CLIN 0001 ? 1667 tons (est) of concrete to a 3-inch minus sieve with fines, CLIN 0002 1500 tons (est) of concrete to a 1-inch minus sieve with fines, CLIN 0003 ? 3750 tons (est) of asphalt to a 1-inch minus sieve with fines.
The crusher must be capable of producing aggregate from steel reinforced concrete, concrete block, and asphalt that is transported to the site as a result of infrastructure demolition, etc. The equipment must have the capability to produce aggregate from 1 inch up to 3 inches in diameter minus sieve with fines.
3. The Contractor shall be required to produce aggregate of 1 inch to 3 inch sieve size with fines. The end product will be used for road bed build-up compaction and cover by the Government. 1.2. The Contractor shall be responsible for metal recovery from the aggregate end produce. All metals shall be removed from any landfill waste when feasible. Ferrous metals will be removed from the processed aggregate and put into a recycling dumpster (government furnished) to be disposed of as scrap metal through the Defense Marketing and Reutilization Office (DRMO). 2. Equipment. The industrial crushing plant must be capable of processing a minimum of 45 tons of construction/demolition debris per hour. 2. 1. Equipment Standards. The equipment shall meet all Federal, State, and local government rules/regulations, and standards relating to ambient air quality and air pollution controls. The Contractor shall provide dust suppression methodologies to ensure compliance with Clean Air Amendments of 1990, (PL) 101-549 (U. S. Code (USC) 7401-7671q), and the Missouri Air and Land Protection Division and other state and local laws and regulations. 3.
Contractor Support Requirements. The Contractor shall provide support services for all equipment. The Contractor shall: a. Provide, as part of the crusher plant, conveyors for moving the debris to the crusher and the end product to the stockpile locations. b. Ensure that all construction and installation is properly completed and that the plant is operational and meets all applicable functional specifications. c. Provide the manpower necessary to operate and maintain the equipment, including the peripheral equipment. d. Provide a final inspection and acceptance test for the Government at the Whiteman AFB site to examine all operational characteristics pertinent to the identified installation site.
4. Government furnished information: The Government shall furnish: a. The specific location (site) for the crusher plant. b. Any specific site information deemed necessary to complete the plant installation. c. An electrical power supply of 480 volt, 3 phase at a pole adjacent to the site. The Contractor shall be responsible to provide the electrical power from the pole to the plant equipment. d. The Government will provide access to portable restroom facilities for contractor use during operating hours. e. The Government shall furnish a 30 cubic yard open-top container for recycle metals. 5. All work shall be accomplished in accordance with OSHA regulations which can be reviewed and/or obtained from the U.S. Department of Labor Occupational Saety and Health Administrations website at Internet address http://www.osha.gov/. All work shall be accomplished in accordance with Whiteman AFB safety regulations, Federal or State regulations, OSHA regulations and local codes, special care and consideration regarding adjoining property and complete restoration should damage occur. All Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions referenced below may be reviewed and/or obtained from the Federal Acquisition Regulations website at Internet address http://farsite.hill.af.mil/. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-3, Offerors Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items, Paragraphs (a), (b) (5) (7) (9) (15) (16) (17) (18) (19) (20) (31) , (c) (1) (2) (4), (d), and (e) applies to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) (Deviation), FAR 52.247-34, FOB Destination, FAR 52.252-1 Solicitation Provision Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.204-7004 Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.232-7003, Electronic Submission of Payment Request, AFFARS 5352.242.9000, Contractor Access to Air Force Installations, AFFARS 5352.201-9101, Ombudsman Clause and Wide Area Workflow ? Local Clause. Proposals in response to this notice from responsible sources shall be submitted in writing no later than 1200 Central Standard Time (CST), 22 September 2006.
Point of Contact: Leslie Walling, Contract Specialist, Phone (660) 687-5405, Fax (660) 687-4822, Email 509cons.sollgca@whiteman.af.mil <mailto:509cons.sollgca@whiteman.af.mil> - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email 509cons.sollgca@whiteman.af.mil <mailto:509cons.sollgca@whiteman.af.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