Recycling - Reclamation End of Life Electronics
Polk County, Fla.
Polk County is requesting bids from qualified vendors to provide all labor, material, supervision, and equipment necessary to provide recycling/reclamation services and, in some cases, transportation of end of life electronics. Award will be made based on overall highest responsive, responsible bid amount to be paid to the County for each electronic unit listed. The Purchasing Director reserves the right to reject any or all bids and/or waive any minor irregularities in the bids received, whichever would be in the best interest of the County.
PERFORMANCE OF WORK: Portions of the work required under this bid may be performed by subcontractors. Should the successful vendor plan to use subcontractors from the beginning to perform the required work, the vendor must provide a list of subcontractors to the Purchasing Division for approval prior to bid award. Should the successful vendor require subcontractors to perform any work during the course of the work assigned under this bid, the vendor must also provide a list of subcontractors to the Purchasing Division for approval. The vendor shall be fully responsible for all acts and omissions of their subcontractors and of persons directly or indirectly employed by them and of persons for those acts any of them may be liable to the same extent as if they were employed by the vendor. All submittals required of the prime vendor shall also be required from the subcontractor. Any work performed by the successful vendor or sub-contracted out must meet all regulated deadlines.
The period of performance for this bid is from date of award through September 30, 2009. It may be extended for two (2) one (1) year periods at the same terms and conditions, with the mutual agreement of all parties.
All prices bid shall remain unchanged during the period of performance, as specified herein.
The vendor must show that they have been continuously engaged in the business of collecting, transporting and properly recycling/disposing of CRTs, televisions, CPUs and similar electronic scrap (not including fluorescent tubes and Mercury Containing Devices) for a period of not less than three (3) years.
The vendor shall submit a reference of at least three (3) customers, other than Polk County, to whom they have provided a similar service within the last twenty-four (24) months.
The vendor shall submit a Comprehensive Safety Plan for use by the vendor and its subcontractor(s). The Comprehensive Safety Plan shall include a Spill (Breakage) Contingency Plan for preventing, controlling and containing any breakage at the County's facilities.
Construction & Demolition Debris Recycling Facility Construction & Operation Services
Polk County, Fla.
Hauling from Drop-off Center and Cardboard Recycling
Cambridge, Massachusetts
The Contractor shall provide the City of Cambridge with recycling services in accordance with the attached specifications for a one year period beginning on September 15, 2008. Prices must remain FIRM during the contract period.
Waste Tire Removal and Recycling
Mohave County, Ariz.
Mohave County, Arizona is requesting bids for the removal and disposal of approximately 2500 tons of waste tires from Mohave County’s Cerbat Landfill Waste Tire Collection Site, and 4500 tons of waste tires from Mohave County’s Mohave Valley Landfill Waste Tire Collection Site (Waste Tires). The Waste Tires are roughly estimated to consist of approximately 60 % passenger tires, 30 % truck tires, 6 % off-road tires, and 4 % scrap tires. Prior to bidding, it shall be the bidder’s responsibility to fully investigate and examine the Sites and required Work and to independently estimate the scope of the Work including without, limitation, the quantities, sizes, types and their percentage distribution, and conditions of the Waste Tires to be removed and disposed of.
Refuse Removal, Recycling and Disposal Services at LaGuardia Airport - 13 Month Contract
The Port Authority of NY/NJ
Refuse And Recycling Collections And Disposal Services (Mpa 415)
State of Rhode Island
The Rhode Island Department of Administration/Division of Purchases, on behalf of various state agencies, is soliciting bids from qualified firms and organizations to provide refuse and recycling and disposal services.
For more information call (401) 574-8100.
Paper Recycling
State of Michigan
A three year contract for paper recycling. Vendor will collect at various contract identified locations (owned and leased facilities) state of Michigan department of purchasing invitation to bid to recycle office paper. Primary collection sites are in Ingham and Eaton counties but service could expand to other counties.
Residential Refuse and Recycling
Peachtree City, Ga.
Recycling Of Electronic Waste (E-Waste) For The Public Works Department
Spartanburg County, SC.
The awarded Contractor shall perform and carry out in a good, clean and professional manner, those services necessary to recycle Electronic Waste from the residents of Spartanburg County in order to keep the Wellford Solid Waste Management Facility (Landfill) free of hazardous electronic materials. All work shall be completed in accordance with Federal, State, and Spartanburg County safety regulations. Spartanburg County Safety Manager can be contacted at tbooker@spartanburgcounty.org.
Contractor is required to present to Spartanburg County the proposed method of collection of E-Waste, how, when and where the E-Waste will be hauled, the end-use of all E-Waste components, the amount the Contractor intends to pay, the method of tracking volume, and the method of payment.
Collection and Recycling of Paper Products
University of Florida
The University of Florida is soliciting proposals from interested vendors for the commercial collection and recycling of recyclable paper products, including mixed paper products and baled corrugated material produced through the operations of the University of Florida at its campus in Gainesville, Florida and at outlying sites within Alachua County. This solicitation does not include shredding of confidential documents.
Scrap Metal Disposal-Treasury (Boss Warehouse) & Various State Agencies
State of New Jersey
Sale of Surplus Scrap Metals
City of Lompoc, Calif.
Surplus material will be sold as two separate lots, to the highest offerors, in accordance with the terms and conditions set forth herein, and in agreement to Lompoc City Code. Offeror will not be allowed to select only the items he/she wants but must take the entire lot to be considered for this award. The City will not accept any returns of material picked up by contractor. The City reserves the right to retain any item from lot that it chooses not to sell.
Purge/On Site Shredding Of Sensitive Documents
University of Texas, Arlington
Purge/On-Site Shredding Of Sensitive Documents For The University Of Texas At Arlington For The Period Of September 1, 2008 Through August 31, 2009. Services Will Be Requested By The University On An As Needed Basis.
Confidential Shredding Services
City of Sacramento, Calif.
To provide Confidential Shredding Services to Sacramento Police Department.
1. After being shredded, all paper collected under this contract must be diverted from the landfill and sent to a properly permitted recycling broker of recycling mill in accordance with all Federal, State, and Local laws.
2. Any damage to City of Sacramento’s property caused as a result of this contract shall be immediately repaired to the satisfaction of Sacramento Police Department with the contractor bearing all costs of such repairs.
On-site shredding, Sierra & Central Valley DDSD offices
Branch of Government State Of California
Agency Department of Social Services
Estimated Value $5,000 - $9,999
Duration 10/01/2008-09/30/2010
Location(s): Northern; Fresno
The bid package may be available by 8/7/08. The deadline for submission will be extended accordingly. If you are unable to download or view this attachment, or have any questions, please contact Nick Chladek.
Bid Submittal Deadline 8/29/2008 3:00 PM
Contract Name: Nick Chladek, 916.654.0723, nicholas.chladek@dss.ca.gov.
Recycling Services
Of California Department of Corrections & Rehabilitation
Duration October 1, 2008 - September 30, 2010
Location(s): Lassen
The Contractor shall perform the recycling services for the California Department of Corrections and Rehabilitation, California Correctional Center (CCC), located at 711-045 Center Road, Susanville, CA 96130.
This IFB is exempt from the DVBE requirement.
Contract Liaison, and/or Recycling and Salvage Program (RASP) Officer Phone Number: (530) 257-2181 ext. 4530
Bid Submittal Deadline 9/4/2008 11:30 AM
For more information call 916.229.0891
Fax Number 916.229.5127
Purchase & Remove Expended Brass & Aluminum Casings
California Department of Corrections & Rehabilitation
Duration 10/1/2008 - 9/30/2010
This is a California Department of Corrections and Rehabilitation (CDCR) Master Agreement in which the Contractor shall provide all labor, materials, supplies, equipment, transportation, licenses and permits necessary to purchase and remove expended brass and aluminum casings from CDCR institutions statewide as specified.
Bid Submittal Deadline 9/8/2008 3:00 PM
For more information call 916.229.0891, or email OBS.HELPDESK@cdcr.ca.gov
Mechanical Recycling Collection Body
New London, Connecticut
Contact Name: William R. Hathaway, whathaway@ci.new-london.ct.us
PHONE: (860) 447-5215 FAX: (860) 447-5297
Web site: http://www.ci.new-london.ct.us
22-25 Gallon Recycling Bins
Montgomery County Office of Procurement
Montgomery County provides recycling to approximately 210,000 residences. Residents place commingled glass jars and bottles, metal cans, plastic bottles and some bundled mixed paper into recycling bins that are placed at the curb. County contractors then service the bins by emptying the contents into a collection truck. The bins are subject to hard handling and must be outside in weather conditions ranging from less than 20 degrees F to over 100 degrees F. Some elderly and disabled residents receive service from a collection point other than at the curb. These particular residents will receive a bin of a different color, probably yellow, to identify the household as a service at the house. The bins currently in service range from being new to 10 years old. Approximately 15,000 bins require delivery or replacement each year as a result of new homes, deterioration, damage or loss.
The intent of the RFP is to procure recycling bins of one size, but two colors, to be used in the Montgomery County, Maryland curbside recycling program.
Contact: Robert Norris Title:
E-mail: Procure@montgomerycountymd.gov
Montgomery County Office of Procurement, 255 Rockville Pike, Suite 180, Rockville, MD 20850-4166, tel. (240) 777-9900 Ext: Fax: (240) 777-9952
Recycling Containers/Bins
City of Lynchburg
To view the bid click on the following link
Refuse and Recycling Services
Solicitation Number: FA4897-08-R-0008
Agency: Department of the Air Force
Air Combat Command
Location: 366 CONS
The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary, except as specified in the Performance Work Statement (PWS) as Government furnished property or services, to provide Refuse and Recycling Services at Mountain Home AFB, ID 83648. Performance shall be according to the requirements contained in the PWS and any Federal, State, County, and City regulations. The solicitation will result in a firm fixed-priced contract with a base year and four one-year options. The Base period of performance will be from 1 Oct 08 through 30 Sep 09. The North American Industry Classification System (NAICS) code is 562111. This action is being advertised as UNRESTRICTED (open to all business concerns). A formal Request for Proposal (RFP) will be issued on or about 29 May 08 via Federal Business Opportunities (FBO). All prospective offerors are encouraged to register for notification through FBO to obtain any amendments or other information pertaining to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov ) in order to be eligible for award. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for a timely award. Instructions for registering are available at the CCR website. AFFARS 5352.201-9101, Ombudsman is applicable. The Air Combat Command (ACC) Ombudsman is Raymond Carpenter, 129 Andrews St, Suite 122, Langley AFB, VA 23665-2791. Phone: (757) 764-5371, Facsimile: (757) 764-4400, Email: Raymond.carpenter@langley.af.mil.
The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary, except as specified in the Performance Work Statement (PWS) as Government furnished property or services, to provide Refuse and Recycling Services at Mountain Home AFB, ID 83648. Performance shall be according to the requirements contained in the PWS and any Federal, State, County, and City regulations. The solicitation will result in a firm fixed-priced contract with a base year and four one-year options. The Base period of performance will be from 1 Oct 08 through 30 Sep 09. The North American Industry Classification System (NAICS) code is 562111. This action is being advertised as UNRESTRICTED (open to all business concerns). A formal Request for Proposal (RFP) will be issued on or about 14 Apr 08 via Federal Business Opportunities (FBO). All prospective offerors are encouraged to register for notification through FBO to obtain any amendments or other information pertaining to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov ) in order to be eligible for award. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for a timely award. Instructions for registering are available at the CCR website. AFFARS 5352.201-9101, Ombudsman is applicable. The Air Combat Command (ACC) ombudsman is Raymond Carpenter, 130 Douglas Street, Suite 210, Langley AFB, VA 23665-2791. Phone: (757) 764-5371, Facsimile: (757) 764-4400, Email: Raymond.carpenter@langley.af.mil.
Refuse Solicitation FINAL 7 Aug 08.rtf (1,599.10 Kb)
Description:
Refuse / Recycling Solicitation for Mountain Home AFB, IDPWS refuse final Final Att 1.doc (379.50 Kb)
Description:
Attach #1 PWSWD 06 attachment 2.doc (93.00 Kb)
Description:
Attach #2 Wage DeterminationPerformance Plan Attachment 4.doc (67.50 Kb)
Description:
Attachment #4 Performance PlanPP Questionnaire Attachment 3.doc (176.50 Kb)
Description:
Attach #3 Past Performance Questionaire August 14, 2008Refuse Solicitation AMD#1-PWS.pdf (57.28 Kb)
Description:
Refuse/Recycling Solicitation Amendment #1PWS Amendment #1.doc (282.50 Kb)
Description:
Refuse/Recycling Solicitation Amendment #1 - PWS attachmentRefuse Solicitation AMD#2-PWS.pdf (78.40 Kb)
Description:
Refuse Solicitation Amendment- See other attachmentsPWS Amendment #2.doc (271.50 Kb)
Description:
Refuse Solicitation--PWS for Amendment #2MAP-Dumpsters4April2008.pdf (1,969.42 Kb)
Description:
Refuse Solicitation--Base Maps for Amendment #2. Enlarge to 100%, all recepticals are identified.site visit scheet.pdf (11.33 Kb)
Description:
This is a list of Attendees for the Refuse Solicitation at Mountain Home AFB. This is also a test to insure that attachments are properly able to be displayed on FBO. For any attachments in regards to this solicitation package that cannot be opened, please email me directly, and I will make then available to you. My contract info is: melissa.safreed@mountainhome.af.mil or 208-828-3104Amend #2 plus PWS amend.pdf (759.98 Kb)
Description:
Description: Refuse Solicitation Amendment # 2 - Amendment plus amended PWS attachment. This is the second post of amendment #2, with no change from the first post of amendment #2, but there were technical difficulties on this website, which did not allow users to open 2 of the 3 attachments to amendment #2, so we are re-attaching to see if it works.Contracting Office Address:
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5258Place of Performance:
Mountain Home AFB, Idaho83648
Primary Point of Contact:
Melissa Safreed, melissa.safreed@mountainhome.af.mil, Phone: 208-828-3101, Fax: 208-828-6486Base Refuse and Recycling
Solicitation Number: FA4809-08-R-0002
Department of the Air Force Air Combat Command
Seymour Johnson AFB, North Carolina, has a requirement for refuse collection and recycling services and intends to issue a formal Request for Proposals (RFP) on or about 19 Aug 2008 via Fed Biz Opps. A scheduled site visit date will also be released at that time. The contractor shall provide all supervision, personnel, equipment, transportation, and other items and services necessary to perform refuse collection and recycling services on Seymour Johnson Air Force Base.
The contractor shall perform in accordance with standards outlined in the Performance Work Statement. Services include, but are not limited to, refuse collection; recycling services; landfill tipping; yard waste collection; bulk item pickup. The solicitation will result in a firm fixed priced contract with a Base Period 1 Oct 08 - 30 Sep 09 and four (4) one-year option periods extending through 30 Sep 2013. This acquisition is a 100% competitive section 8(a) set-aside. Joint Ventures are allowable on competitive section 8(a) set-asides and must be received by the Small Business Administration prior to proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes can be made only when your BDS has adequate time for a thorough review before the proposal due date.
No correction and/or changes are allowed after time of submission of proposal. The NAICS code is 562111 – Solid Waste Collection and the size standard is $11.5 million in average annual gross receipts. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website www.ccr.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Ops. No bidders mailing list will be maintained. Offers will be submitted on the Standard Form 1449 and must include as a minimum the items listed in FAR Clause 52.212-1(b). This clause may be viewed at http://farsite.hill.af.mil. Any questions regarding this notice should be directed to Lt Grant Thomas, 919-722-5405, or Ms. Erica Wilson, 919-722-5405.
Contracting Office Address: 1695 Wright Brothers Ave., Seymour Johnson AFB, North Carolina 27531
Waste Removal Recycling Services
Solicitation Number: VA-241-08-RP-0454
Department of Veterans Affairs, VA Connecticut Health Care System
Location: Department of Veterans Affairs Connecticut Health Care System
This solicitation is for waste removal and recycling services for two facilities within the VA Connecticut Healthcare System, with locations in West Haven, Connecticut and Newington, Connecticut.
The specifications and pricing pages consist of estimated cubic yard containers, estimated numbers of containers per location, estimated types and numbers of recyclable materials and is subject to change. The recyclable materials will involve payments to the VA, depending on what the Contractor is compensated for by the point of disposal, and this payment method may be worked out on a quarterly basis.
The Contractor who wishes to submit a cost proposal is requested to provide it in a bound document that clearly shows the divisions of services, i.e., waste removal and recycling.
The documents should include a description of the company, its facilities, types of services presently being provided to clients with similar scope and size of requirements, your Tax Identification Number and Dunn & Bradstreet number.
In addition, the Contractor may be required to have Background Investigations and personal identification verification (PIV) of their personnel. This will be determined after a review of where the drivers pick up materials and other considerations.
Contracting Office Address:
Department of Veterans Affairs; VA Connecticut;950 Campbell Avenue; West Haven CT 06516
Point of Contact(s): Mark Reveaux, Contract Specialist
203-937-4732
Refuse and Recycling Collection and Disposal Services
Solicitation Number: HSCG84-08-Q-AA7222
Department of Homeland Security, United States Coast Guard (USCG)
Location: Commander (fcp), USCG Maintenance and Logistics Command - Atlantic
The U.S. Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring Refuse and Recycling Collection and Disposal Services to be performed at USCG Air Station (AIRSTA) Borinquen, Aguadilla, Puerto Rico.
A Firm-Fixed Price services type contract with an Estimated Quantities portion will be awarded for a Base Year, starting 01 OCTOBER 2008 through 30 SEPTEMBER 2009; and, Nine Option Years, of 12 months each, if exercised by the Government, for total contract duration not to exceed 10 years/120 months.
The contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to provide Refuse and Recycling Collection and Disposal Services in compliance with all local, Puerto Rico and Federal laws at the AIRSTA Borinquen to include the Housing Complex, Hangar Complex, Ramey School and Lighthouse Areas.
This requirement is issued Unrestricted under Full and Open Competition in accordance with FAR Subpart 6.1 and pursuant to the Small Business Competitiveness Demonstration Program in accordance with FAR Subpart 19.10. As a result, a Price Evaluation Preference will be given to quotes from HUBZone Small Business Concerns by adding a factor of 10 percent to all applicable quotes in accordance with FAR Subpart 19.1307; and, a Price Evaluation Adjustment will be given to quotes from Small Disadvantaged Business Concerns by adding a factor of 10 percent to all applicable quotes in accordance with FAR Subpart 19.11.
The applicable North American Industry Classification Standard (NAICS) code is 562111 (Solid Waste Collection) with a size standard of $11.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/regulations/121/.
The solicitation, REQUEST FOR QUOTATION (RFQ) HSCG84-08-Q-AA7222, will be issued on or before 20 AUGUST 2008 with a closing date of receipt of quotes on or before 05 SEPTEMBER 2008, which will be posted on the Governmentwide Point of Entry (GPE) at http://www.fedbizopps.gov. No paper copies of the solicitation and/or amendments will be distributed. It is the potential offeror's responsibility to monitor this avenue (FEDBIZOPPS) for release of the solicitation and any subsequent amendments. If you have any questions, you may contact the Contract Specialist, Ms. Maria L. Negron, at (757) 628-4113 or via e-mail at Maria.L.Negron@uscg.mil. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov/ or by calling 1-888-227-2423.
The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5 -- Test Program for Certain Commercial Items.
Refuse and Recycling Collection and Disposal Services are currently provided at AIRSTA Borinquen by E.C. Waste, Inc. d/b/a Waste Management of Puerto Rico, Caguas, PR under contract DTCG84-03-N-AA7062, which was awarded 17 September 2003, effective 01 October 2003, and expires 30 September 2008. The contract was solicited utilizing full and open competition and awarded in the amount of $113,021.12 for a Base Year (10/1/03 – 9/30/04) plus Four Option Years for a total value of $586,689.30. After several scope changes and decrease in estimated quantities usage, the current five year value is $452,944.90.
Contracting Office Address: 300 East Main Street, Suite 965, Norfolk, Virginia 23510-9113
Primary Point of Contact.: Maria L Negron, Maria.L.Negron@uscg.mil, Phone: 757-628-4113, Fax: 757-628-4135
Solid Waste Collection, Disposal And Recycling Service At The Oregon Air Natinoal Guard Base, Portland, Oregon. Provide Garbage Dumpster Emptying And Recycling Of Cardboard/Paper Products Dumpster Emptying/Recycling Services
Solicitation Number: W912JV-WASTE-DISP
Department of the Army Office: National Guard Bureau
The 142 Fighter Wing Contracting Office, Air National Guard, Portland, OR 97209, announces the pending release of the solicitation for WASTE/GARBAGE DISPOSAL AND PAPER/CARDBOARD PICK-UP/RECYCLING. Period of performance will be a 12 month period generally starting 1 October and ending on 30 Sept the following year. This contract will have a base year and four option years.
The North American Industrial Classification System (NAICS) for this procurement of services is 562111, SOLID WASTE COLLECTION, with a small business size standard of $11,500,000. Price will be the only evaluation factor for contract award. All offers received must be in alignment and adherence with the Statement of Work/Performance Work Statement that will be included as a part of the actual solicitation when it is released. The solicitation, when posted (on or about 29 August 2008), will be posted on FEDBIZOPPS (www.fedbizopps.gov or https://www.fbo.gov/index?cck=1&au=&ck=). Any/all interested parties should register online and subscribe to receive procurement announcements related to this solicitation. There will be no paper copies of this solicitation. All solicitation information may be obtained through the above referenced website. Any questions related to this solicitation must be submitted in writing to J.D. Cooley, ref WASTE DISP FY 09, at email addy: msc.142fw-contracting@orport.ang.af.mil.
Contracting Office Address: 142 FW/LGC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
Place of Performance: 142 FW/LGC 6801 NE Cornfoot Road, Portland IAP OR 97218-2797
Point of Contact(s): JD Cooley, 5033354488
One-Time Tire/Scrap Rubber Removal Fort Bliss
Solicitation Number: SP4410-08-Q-2037
Agency: Defense Logistics Agency
Office: DLA Acquisition Locations
Location: Defense Reutilization and Marketing Service
This is a combined synopsis/solicitation for commercial services as 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 now being requested and a written quotation will not be issued. The Defense Reutilization and Marketing Service (DRMS) intend to enter into a firm-fixed price contract for the one time removal of scrap tires from the Defense Reutilization and Marketing Office in the Fort Bliss, Texas. This is issued as a Request for Quote (RFQ) SP4410-08-Q-2037. This solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is issued as a 100% small business set aside. North American Industry Classification System (NAICS) code is 562219 and the size standard is $11.5 million. Pricing shall be FOB destination, Fort Bliss, Texas. All responsible sources may submit a quote. All responsible sources are encouraged to perform a site visit prior to submitting an offer by contacting Mr. Ernest Perry (915) 568-9336 to schedule an appointment.
Line Item 0001, Removal of Scrap Tires, 200,000, Lbs
CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEB 1998).
This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Also, the full text of a clause may be accessed electronically at one of the following addresses: http://www.dla.mil/j-3/j-336/icps.htm , http://www.arnet.gov/far/ or for DRMS local clauses http://www.drms.dla.mil/drmsp/clauses/drmscls.pdf.
The solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with it quotation or offer. In lieu of submitting the full text of those provisions, the offer may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The clauses and provisions included in this synopsis by reference can be accessed electronically at http://farsite.hill.af.mil/. All DRMS local clauses can be found at the following web site: https://www.drms.dla.mil/drmsp/clauses/drmscls0902.pdf.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is price wise the most advantageous to the Government.
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).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The Government will make award to the responsible offeror whose offer conforms to the solicitation, and demonstrates the lowest price.
The resulting contract will be subject to the Service Contract Act. Wage Determination 2005-2511 Rev. 4, dated 05/29/2007 is applicable to this RFQ and can be found at the following site: http://ww.wdol/scafiles/archive/sca/05-2511.r54. Period of performance shall be 30 days from the award date of the Purchase Order. Place of performance: Defense Reutilization Marketing Office (DRMO), Briggs Field, Building 11607, Fort Bliss, TX 79916. To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov or call 1-888-227-2423 regarding questions to the CCR. Trade Security Controls clearance will be required for this contract. Each offeror shall submit an original fully executed DLA Form 1822 "End Use Certificate" in hard copy. The signature block of the form shall have an original signature in ink. Each offeror shall submit an original, fully executed DLA Form 1822 "End Use Certificate" with an original signature in ink concurrently with its initial offer. All offerors are required to sign and date their offers on the SF 1449 attached to this announcement on or before the specified closing date and time for receipt of offers. Questions regarding this combined synopsis/RFQ must be submitted in writing by facsimile to Andrea Tichenor at (269) 961-7392 or email andrea.tichenor@dla.mil. Potential offerors shall only submit offerors in American English and United States Dollars (USD). Offerors shall submit complete RFQ package, including the bid schedule to the Defense Reutilization & Marketing Service, Attn: Andrea Tichenor, DRMS J-75, 74 North Washington Avenue, Battle Creek, MI 49037-3092, or by facsimile ATTN: Andrea Tichenor (269) 961-7392, or by email andrea.tichenor@dla.mil. Offerors must complete the Offeror Representations and Certifications at FAR 52.212-3 and return them with their offer. Quotes are to be received no later than Noon Eastern Standard Time on September 2, 2008. The Government will make award to the lowest price, technically acceptable, responsible offeror.
Primary Point of Contact.: Andrea Tichenor, Contract Specialist
andrea.tichenor@dla.mil, Phone: 269-961-7392
Fax: 269-961-7392
Scrap Railroad Wheels
Solicitation Number: WRAD-8-43798
Department of Commerce National Oceanic and Atmospheric Administration (NOAA)
Location: Western Region Acquisition Division
This is a combined synopsis / solicitation for 30 each type A, 103 each type B, and 50 each type C scrap railroad wheels. Type A - shaft flame cut or better 42 inches from inside of wheel, cut should be level +/- one half (1/2) inch, approx weight is 1100 pounds, maximum shaft diameter at cut not to exceed seven and one-half (7-1/2) inches, axel must be flush cut on bottom to allow wheel to sit flat on a flat surface, wheel axel shaft shall contain a drilled hole of one and nine-sixteenths (109/16) inches diameter through the center of the shalf with the hole centered +/- one-quarter (1/4) inch, two and one-half (2-1/2) inches below the cut edge of the axel, and parallel to the base to the wheel, the hole shall allow for insertion of a fourteen (14) inch long, one and one-half (1-1/2) inch diameter steel rod completely through the shaft, the knuckle on the shaft shall not exceed a diameter that allows the wheels specified as the B and C to rest directly on the wheel at the base of the shaft.
Type B - wheel with axel pressed out, minimum hole diameter eight and one-fourth (8-1/4) inches, with a weight of 840 pounds, +/- 30 pounds.
Type C - wheel with axel pressed out, minimum hole diameter of eight and one-fourth (8-1/4) inches eith a weight of 710 pounds, +/- 30 pounds.
All items FOB NOAA, PMEL. 7600 Sand Point Wy NE, Seattle, Wa 98115, all items delivered to this site on flatbed truck or dunp truck, ( NOTE: items will not be unloaded from an enclosed van). Provide you price quote to Melvin Fondue at fax number 206-527-7177 or email at melvin.n.fondue@noaa.gov. This is a simplified acquisition with an estimated value of less than $100,000
The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 terms and conditions--simplified acquisitions (other than commercial items) (apr 2005) 2. 52.243-1 i changes--fixed-price (aug 1987)--alternate i (apr 1984) 3. 52.204-6 data universal numbering system (duns) number (oct 2003) 4. 52.204-7 central contractor registration (oct 2003) 5. 52.204-8 annual representations and certifications (jan 2005) 6. 52.219-1 small business program representations (may 2004) 7. 52.222-22 previous contracts and compliance reports (feb 1999) 8. 52.222-25 affirmative action compliance (apr 1984) 9. 52.225-13 restrictions on certain foreign purchases (mar 2005) 10. 1352.239-73 security requirements for information technology resources (oct 2003)11. 1352.239-74 security processing requirements for contractors/subcontractor personnel for accessing doc information technology systems (oct 2003 12. 52.243-1 changes--fixed-price (aug 1987) 13. 52.244-6 subcontracts for commercial items (dec 2004) 14. 52.252-2 clauses incorporated by reference (feb 1998)
**** The Westren Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registey (CCR) as of October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http//www.ccr.gov . In order to register with CCR and be eligible to receive an award from this Acquisition Office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquried free of charge by contacting Dun & Bradstreet on line at www.dnb/eupdate of by phone at (800) 333-0505
Contracting Office Address: 7600 Sand Point Way, Northeast, Seattle, Washington 98115-6349
Shredding Service
Solicitation Number: F2V4FM-8178-A001
Department of the Air Force,
Air Mobility Command, 6th Contracting Squadron
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and is set-aside for small service disabled veteran owned busines solicitation. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VX27-8178-A001. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: labor, tools, and materials necessary to perform the on-site shredding service for the 6th Medical Group with a Period of Performance of base year beginning 1 October 2008 through 30 September 2009 and four (4) option years In Accordance With Performance Work Statement. The North American Industry Classification System (NAICS) is 561990. A firm fixed price contract will be awarded.
DESCRIPTION: Offers bid on all items or none.
1) SHREDDING Service for the following locations:
MacDill Clinic 8415 Bayshore Blvd, MacDill AFB, FL 33621
Tricare Service Center 8415 Bayshore Blvd, Bldg 710
Pharmacare Center 7101 Kingfisher St, MacDill AFB, FL 33621
Medical Logistics 2121 Emergency Drive, Bldg 696, MacDill AFB, FL 33621
Brandon Clinic 220 Grand Regency Blvd, Brandon, FL 33510
Education &Training 2410 Administrative, Bldg 250, MacDill AFB, FL 33621
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, with Alternate I, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-32, Performance-Based Payments, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.217-9 Option to Extend the term of the contract , 52.232-18 Availability of funds, 52.212-2, Evaluation- Commercial items. The Government will award a 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.FAR 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference., 52.212-3, Offeros Representations and certifications, A copy of these provisions and clauses may be obtained from the above FAR web site address. 52.217-8, Option to Extend Services, 52.217-9 Option to extend the term of the contract, The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt A), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 (Dev) Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 1 September 2008, 2:00 P.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Felipe Dones-Cardona, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: felipe.dones-cardona@macdill.af.mil. Fax: 813-828-3667. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, Cage Code, and Federal Tax ID Number.
Primary Point of Contact: Felipe Dones-Cardona, felipe.dones-cardona@macdill.af.mil, Phone: 813-828-1187, Fax: 813-828-3667
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