--------------------------------------------------
VSC FOR REMOVAL AND DISPOSAL OF SCRAP CONCRETE POLES
City of Milwaukee, Wis.
Vendor service contract for the removal and disposal of scrap concrete poles, from the DPW-traffic & electrical services warehouse yard at 1540 west canal street approximately twice per month or as needed, for a three year period from date of award with the option to extend for three additional one-year periods to comply with the city of Milwaukee insurance requirements "attachment a", living wage provision "attachment b", and ebe forms "attachment c". Contractor must provide a trailer or some other vehicle to be kept on site at the yard (1540 west canal street). Vehicle must be able to accommodate concrete poles varying from 21 - 40 feet in length. This trailer will be used to store the poles.
To view the bid click on the following link -- http://www.ci.mil.wi.us/ImageLibrary/Groups/doaPurchasing/Bids/BID2110.pdf
--------------------------------------------------
Sale and Removal of Used Scrap Brass Water Meters
City of Phoenix, Ariz.
Click here to view the bid -- http://phoenix.gov/EMAIL/rfpfinbidsx.html?rfp=fin_ifb08243.pdf
--------------------------------------------------
Demolition Services
State off Kentucky Division of Purchases
Work shall consist of the removal and the proper disposal of buildings, fences, septic tanks, driveways, paved areas, conduits and other miscellaneous structures and encumbrances which exist upon or within the right of way and/or easements areas on the designated parcels. All work shall be in accordance with these specifications and any special provisions that may e included as part of the contract.
For more information contact Jennifer Houchin, 502-564-4630, email Jennifer.houchin@ky.gov.
--------------------------------------------------
Heavy Debris Disposal and Recycle in Puget Sound and Surrounding Area.
Department of the Army
This is an Intent to Award Sole Source to Marine Vacuum. This has a Base Year plus 4 Option years.
Point of Contact: Kate Steff, Purchasing Agent, Phone 206-764-6563, Fax 206-764-6817 or email kate.r.steff@usace.army.mil
Contracting Office Address:
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
Point of Contact(s):
Julie Huson, 2067643637 US Army Engineer District, Seattle
--------------------------------------------------
Refuse & Recycling
US Air Force
Work consists of but not limited to providing all personnel, management, tools, supplies, equipment, labor, and supervision necessary to perform Refuse & Recycling services at Dyess AFB, TX. The performance period will be 1 April 2008 to 30 September 2008 with four option years. The proposed contract is Section 8(a) Competitive. The successful contractor will be selected using Past Performance/Price Trade-off Source Selection Process, resulting in Best Value to the Government. The applicable NAICS code is 562111 with an average annual small business size standard of $11.5 million. The solicitation will be issued electronically on/about 08 February 08 on the Government Electronic Posting Site, Federal Business Opportunities (FBO), at www.fbo.gov. Paper copies are not available. You must register on the fbo.gov site in order to receive notification of changes to the solicitation. NOTE: Any prospective contractor must be registered in the Central Contractor Registration (CCR), www.ccr.gov, in order to be eligible for award. Registration requires applicants to have a DUNS & Bradstreet. Registering may take up to three (3) weeks to process. The Government recommends registering immediately in order to be eligible for timely award.
Primary Point of Contact: Clifton M Collins, Contract Specialist, clifton.collins@dyess.af.mil, Phone: 325 696-1457
--------------------------------------------------
Debris Removal from Barges
Department of the Army
The U.S. Army Corps of Engineers, New York District intends to issue a Request for Quote (RFQ) for the award of a firm-fixed contract for Drift Debris Removal from barges NY48 and NY49 at the Caven Point Marine Terminal, Caven Point, New Jersey. The contractor shall remove and dispose of debris consisting of various sizes of wood, pilings, wreckage, wrecks, fiberglass boats, plastics, Styrofoam, metals, rubber tires, metal and concrete found drifting in New York Harbor and from pier demolition / harbor cleanup projects. The material from the pier demolition / harbor cleanup projects may be accompanied by encrusted mud and earth as a result of the removal process. This removal contract will be during the period commencing 30 April to 30 Jul 2008. The debris to be removed will be stored on Government Barges NY 48 and NY 49 and possibly barges belonging to Government contractors working on government pier demolition / harbor cleanup projects. The Government Barges NY 48 and NY 49 hold approximately 250short tons (ST) of debris each. The Government contractors’ barges hold approximately 500 ST each. The contractor will be given verbal notification to remove debris from Government or Government contractors’ barges. The Government barges NY 48 and NY 49 can be towed by Government vessel at the contractors request within a five (5) nautical mile radius of Caven Point Marine Terminal, Jersey City, N.J. The Government contractors’ barges can be towed by their own vessels or by a commercial tugboat at their expense. Towing shall be to a location agreed to by Physical Support Branch personnel in New York Harbor and its tributaries. The Government and Government contractor barges can be towed at contractors’ expense by commercial tugboat to a location agreed by Physical Support Branch personnel in New York Harbor and its tributaries within a twenty-five (25) nautical mile radius from Caven Point Marine Terminal. The Government Barges NY 48 and NY 49 must stay on an inland route when being towed and cannot cross the line of demarcation to ocean route. Contractor must arrange docking space at the facility the barges are towed to and assure at least one (1) foot clearance at mean low water (MLW) under the barges at the dock. The contractor is responsible to obtain necessary approval/permit to offload two barges from the docking facility. The Contractor shall have all valid permits by the time of Contract Award. The approximate draft of the NY 48 and NY 49 is eight (8) feet but this must be verified before the barges are towed to the offloading facility. At no instance shall the barges be allowed to go aground. The contractor will be responsible for the barges while they are in his / her possession. The contractor, at his / her expense, will be required to repair all damages to or caused by the barges while in its possession. The contractor shall dispose of maximum of 50% of the debris at a landfill. A minimum of 50% of the debris must be disposed of by recycling. 100% of the debris may be recycled. Recycling includes environmentally acceptable reuse of material in present form, processing of material for reuse, resource recovery, etc.
The contractor must assure compliance with appropriate Federal, State and / or Local regulations and obtain the appropriate authorization and permits at his / her expense. Contractor is required to set up a containment boom around the work area while unloading debris from the barges so as to entrap any wood that falls into the water. The contractor must pick up all floating debris that falls into the water
Contractor may be required to unload one (1) additional Government storage barge if requested. Contractor will have an additional (7) days to off load the barge. The optional barge removal shall be exercised within (120) days from Contract Award. Contractor will have 7 days per barge, (a total of 14 days) to off load the barges from receipt of award. This project is being solicited as UNRESTRICTED. The applicable NAICS Code is 562119 with a small business size standard of $10,500,000. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at https://www.fbo.gov Project Scope of work are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader. Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments that may be issued to the solicitation. Utilization of the internet is the preferred method. Solicitation documents for this effort will be available on or about 16 April 2008. The Request for Quotes will be due on 23 April 2008 at 2:00 P.M. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Contract Specialist for this procurement is Albert Rumph and can be reached via email at Albert.C.Rumph@usace.army.mil or at phone number 917-790-8078. The technical manager is Puntung Siu at phone number (212) 264-0166.
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