Requests for Propsal (RFPs) for the Week

The following are RFPs posted for the week ending July 12.

Scrap Metal Sale

Georgetown County, SC

The Georgetown County Environmental Services Division is soliciting proposals for a contractor to pick up and haul scrap metal form the county landfill and provide reimbursement to the County for the scrap metal. Requirements and specifications are contained in the on-line bid documents available below.

Click here to view the bid -- http://www.georgetowncountysc.org/procurement/bids/bid08052.pdf  

South Recycling and Disposal Station Design-Build Project

City of Seattle

The City of Seattle is seeking a qualified Design-Build team to design and construct new facilities on City property across the street from the existing SRDS site. These new facilities will include: a new transfer building including a material recovery facility for self-hauled construction and demolition waste, compactor bays and equipment; new scale facility(ies); employee, visitor, and transfer vehicle parking areas; operator facilities; administrative and employee facilities; a truck maintenance facility; a fueling station; associated roads and utilities; and, possibly, storage areas for loaded and unloaded containers and tractors. The existing SRDS facility will continue to operate during the design and construction of these new facilities.

Click here to view the bid -- http://www.seattle.gov /contract/Bid2008/2008-048A.pdf

Recycling Services

The North Stonington, Ct., School District is requesting proposals for rubbish removal and recycling commencing August 1, 2008. Bids close July 17, 2008 at 2:00 p.m.

To view the bid click on the following ink -- http://www.das.state.ct.us/rfpdoc/Norwich01/bids/npu002p.pdf

CONTACT NAME: Charles F. McCarthy, email cmac@northstonington.k12.ct.us. Tel. (860) 535-2800 FAX: (860) 535-1470. Web site: http://www.northstonington.k12.ct.us

Construction & Demolition Waste Characterization

Georgia Department of Natural Resources

The State of Georgia’s Department of Natural Resources (DNR), Pollution Prevention Assistance Division (P2AD) is requesting appropriate Offerors to respond to this Request for Proposal (RFP) for a statewide Construction and Demolition (C&D) Waste Characterization Study to address the C&D materials entering C&D landfills in Georgia.

The study will provide information for use by state agencies and other stakeholders in evaluating C&D materials that can potentially be recovered for reuse, recycling or creation of energy. The results will be used to identify materials that can be diverted from the C&D landfills to advance Georgia’s efforts to reduce, reuse and recycle C&D materials in our waste stream.

Contact Person : Trudie E. Carmichael, Phone Number, 404-657-6879, E-mail Address trudie.carmichael@doas.ga.gov .

Contract for Disposal of Scrap Metal

State of New Hampshire

To view the bid click on the following link -- http://www.admin.state.nh.us/purchasing/bid_1012_09.pdf  

Charles Point Demo Project

Solicitation Number: NDB080072

Department of the Interior, Office: Bureau of Land Management

Location: National Centers Region

Copy the url below for a direct link to this page.

Bookmark this page by right-clicking here and choosing "Add to Favorites"

Solicitation Number: NDB080072

Charles Point Demolition Project: The Bureau of Land Management has a requirement for a contractor to provide all incidentals in connection with the non-hazardous waste, hazardous materials, derived from the abatement and demolition of buildings, decommissioning above ground storage tanks, septic tanks, distribution boxes, and dispose/recycle/salvage materials from the former Maryland Point Naval Observatory, in Charles County, Maryland.

The contractor shall provide all trained staff, materials, safety equipment, vehicles for transport, licenses, and permits for the preparation, packing, pickup and disposal of hazardous waste/materials and non-hazardous waste generated as a result of carrying out work authorized under this contract. The contractor shall be responsible for furnishing all packing containers and materials meeting all current Department of Transportation shipping specifications for hazardous and nonhazardous materials.

Hazardous materials to be abated include (but not limited to) lead based paint (action level .08 mg/cm2), asbestos, transformers, circuit boards, light fixtures, septic tanks, air conditioning units, ballasts, thermostats and compressed refrigerant gases. Conduct grading, and seeding of the project site. Prior to work contractor will repair ruts, broken pavement, potholes, low areas with standing water and other deficiencies to maintain road and parking area surfaces and drainage in original condition and maintain it during the life of the project.

This work is located on the Nanjemoy Peninsula in Charles County, Maryland. This requirement is open to both large and small businesses under the Small Business Competitiveness Demonstration Program. The estimated price range is between $100,000 and $250,000. The anticipated period of performance is 60 calendar days after receipt of the Notice to Proceed. Bonds will be required as follows: Bid Guarantee - 20% of the bid price, Payment and Performance bonds - 100% of the contract price. The solicitation will be available by electronic posting only and may be found at www.fedbizopps.gov . Bidders will be required to print the bidding documents for submission of their bids. The solicitation documents will be posted on or about July 28, 2008.

Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov in order to receive a contract award under this solicitation, and register or update their registration at the Online Representation and Certification Application website at http://orca.bpn.gov .

The solicitation will be available by electronic posting only and may be found at www.fedbizopps.gov . Bidders will be required to print the bidding documents for submission of their bids.

This announcement represents the Government's official information for this procurement. Any information taken from other publications is used at the sole risk of the Offeror. The acquisition office cannot guarantee the accuracy of information contained in other publications.

Additional Info:

Contracting Office Address: BLM-BC National Business Center* Bc664 Bldg 50, Dfc, Po Box 25047 Denver Co 80225

Place of Performance:

Charles County, MD 802250047 US

Point of Contact(s): Jennifer S. Harris Contract Specialist 3032363515 Jennifer_Harris@blm.gov ; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance

Refuse and Recycling Services for Altus AFB, OK

Solicitation Number: FA4419-08-R-0012

Agency: Department of the Air Force

Office: Air Education and Training Command

Location: Altus AFB Contracting Squadron

Solicitation Number: FA4419-08-R-0012 Notice Type:

Solicitation Synopsis: Added: May 23, 2008 11:03 am Modified: Jul 11, 2008 9:59 amTrack Changes

The 97th Contracting Squadron intends to issue a solicitation for refuse collection and recycling services at Altus AFB, OK. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services, except as specified in the Performance Work Statement (PWS) as Government-furnished property. Performance shall be to the standards in the contract as well as all local, state, and federal regulations. The solicitation will result in a firm fixed price contract with a base year and four one-year option periods.

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, and the small business size standard is $11.5M. This acquisition will be solicited as a HUBZone set-aside. A formal Request for Proposal (RFP) will be issued on or about 23 May 08 via Federal Business Opportunities (FBO). Paper copies of the solicitation will not be mailed. Prospective offerors are responsible for checking FBO to obtain the solicitation and any amendments or other information pertaining to the solicitation; prospective offerors are encouraged to register for notification through FBO.

All offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov ) to be eligible for award. Registration requires a DUNS number and may take up to three weeks to process. Instructions are available at the CCR website.

Contractors are required to submit proposal on the FA4419-08-R-0012 Amendment 3 conformed copy.

Primary Point of Contact: Michael F Schuman, Contracting Officer, michael.schuman@altus.af.mil, Phone: 580-481-5835, Fax: 580-481-7025

Solid Waste Collection, Recycling, and Disposal Services, Fort Campbell, KY

Solicitation Number: W911SE-08-R-0004

Agency: Department of the Army

Office: Army Contracting Agency, South Region

ACA, Fort McPherson GA

Solicitation Synopsis: This revised synopsis is issued to solicit offers in response to Request for Proposal (RFP) W911SE-08-R-0004 to provide all supervision, personnel, equipment, tools, and materials necessary to perform scheduled and unscheduled solid waste collection, disposal, and recycling services, Fort Campbell, Kentucky.

The contract period of performance is a base period and four (4) one year option periods. This requirement will be issued as unrestricted. The North American Industry Classification System (NAICS) Code for this requirement is 562111; size standard is $11.5M. The Government anticipates awarding a Firm-Fixed Price contract. Solicitation will be available for downloading on or about May 19, 2008 at the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/gov_personnel_main.cfm. ). No paper copies will be provided. This synopsis is not to be construed as a commitment by the Government for reimbursement. Offerors are reminded to be eligible for award, registration in the Central Contractor Registration (CCR) is mandatory. Businesses may obtain information on registration by calling 1-888-227-2423 or, via Internet, at (http://www.ccr.gov ). All responsible sources may submit an offer which shall be considered by this agency. Questions or concerns relative to this synopsis should be directed to Sabra Boynton, via email, at sabra.boynton@us.army.mil.

Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Sensitive/Secure Package: no

Type: Solicitation

Posted Date: July 10, 2008

https://acquisition.army.mil/asfi/solicitation_view....https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911SE08R0004

Contracting Office Address: ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096

Place of Performance: Fort Campbell, Kentucky 5661 Screaming Eagle Blvd Fort Campbell KY 42223-5470

Point of Contact(s): sabra boynton, (404)464-1545 ACA, Fort McPherson GA

Re-roof barn and recycling shed; North Cascades NPS Complex; Marblemount, Washington

Solicitation Number: Q9471081035

Agency: Department of the Interior

Office: National Park Service

Location: NPS - All Offices

Original Synopsis

Solicitation Number: Q9471081035 Notice Type:

Solicitation Synopsis:

Added: Jun 20, 2008 5:50 pm

This contract consists of re-roofing two buildings at the Marblemount Ranger Station.

The barn is has a gabled roof with corrugated metal roofing over 1"x 4" skip sheathing, laid 6" on center (2" gaps between boards); additional sheathing is not required. Each roof gable is approximately 30' x 60', for a total roof area of approximately 3600 sq ft with 6/12 pitch. The replacement roof shall be a standing seam, metal roof system. The building is un-insulated, and is used for storing hay and equipment. Work on this building may not begin until after October 14, 2008, when resident bats have flown away for the winter.

The recycling shed is open, uninsulated and currently has corrugated metal roofing and fiberglass skylights over 2" x 4" skip sheathing. The replacement roof shall be a standing seam, metal roof system with new skylights. The two roof planes are 655 sq ft with 12/12 pitch (front) and 928 sq ft with 6/12 pitch (back). Work may occur on this building when mutually convenient.

In accordance with FAR 36.204, the estimated magnitude of this construction project is between $25,000 and $100,000.

LOCATION: This project is located at the Marblemount Ranger Station facility of North Cascades National Park Service Complex, in northwestern Washington. Marblemount is on State Route 20, approximately 45 miles east of Interstate 5 at Sedro-Woolley. Information about the park is available at www.nps.gov /noca.

SOLICITATION DETAILS: This is a best value procurement set-aside for service-disabled, veteran-owned business concerns. The NAICS code for this project is 2378160 and the small business size standard is $13.0 million, average annual gross receipts for the past three years. The electronic Request for Quotations will be available on approximately July 9, 2008, at www.fedbizopps.gov and http://ideasec.nbc.gov . In order to download the solicitation, interested vendors must register at http://ideasec.nbc.gov and maintain an active registration at http://www.ccr.gov . The Government reserves the right to cancel this solicitation.

Please consult the list of document viewers if you cannot open a file.

Solicitation 1

Sensitive/Secure Package: no

Type: Solicitation

Posted Date: July 9, 2008

http://ideasec.nbc.gov /j2ee/solicitationdetail.jsp?s...http://ideasec.nbc.gov /j2ee/solicitationdetail.jsp?serverId=NP144302&objId=2999605

To copy full link address, right-click and select "Copy Shortcut" or "Copy Link Location."Description: re-roof buildings, WA state

Contracting Office Address: PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267

Sarah J. Welch Contract Specialist 3608547220 Sarah_Welch@nps.gov ; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance

Debris Removal from Barges

Solicitation Number: W912DS-08-T-0019

Agency: Department of the Army

Office: U.S. Army Corps of Engineers

Location: U.S. Army Engineer District, New York

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 250 short tons (ST) of debris each. The Government contractor’s barges hold approximately 500 ST each. The contractor will be given verbal notification to remove debris from Government or Government contractor’s barges. The Government barges NY 48 and NY 49 can be towed by Government vessel at the contractor’s request within a five (5) nautical mile radius of Caven Point Marine Terminal, Jersey City, N. J. The Government contractor’s 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 contractor’s 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 www.FEDTEDS.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.

Place of Performance: 3 Caven Point Marine Terminal, JErsey City, New Jersey

Jersey City, New Jersey 07305

United States

Primary Point of Contact.: Albert C Rumph, albert.c.rumph@usace.army.mil

Phone: 9177908078.

Demolition (some Salvage) of Barn and Associated Structures.

Solicitation Number: 801818Q348

Agency: Department of the Interior

Office: Fish and Wildlife Service

Location: CGS-WO

The U.S. Fish and Wildlife Service, Region 8 office in Portland, Oregon has a requirement for a contractor to supply all labor, equipment, materials, and supplies necessary to complete the Barn and Associated Structures Demolition for the San Joaquin River National Wildlife Refuge in Vernalis, California (San Joaquin County). Two barns, a pole building and a garage will be demolished and hauled off site or salvaged. Concrete flat work and foundations will be demolished and hauled to an on site disposal area. This will be a Lowest Price Technically Acceptable (Best Value) evaluation process in accordance with FAR Subpart 15.101-2; considered the most advantageous to the Government. The criteria that must be met are as follows: (1.) PREVIOUS WORK ON SIMILAR TYPE OF DEMO/SALVAGE PROJECTS. (2.) FEDERAL GOVERNMENT CONTRACT EXPERIENCE - 1 to 2 recent Federal government contracts completed or in progress. Award may not necessarily be made to the offeror submitting the lowest price.

Solicitation no. 801818Q348 to include all attachments will be made available within 15 days after the issued date of this Pre-Solicitation Notice and only be available electronically through a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at www.fedbizopps.gov or www.nbc.gov . The solicitation response date (which has not currently been determined) will be at 3:00 PM Pacific Daylight Savings Time (PDT). No further notice will be posted on FedBizOpps.

For assistance in downloading information from the National Business Center, please contact their helpdesk at (703) 390-6707. Interested contractors must be registered in the Central Contractor Registration www.ccr.gov (CCR) and complete Online Representations and Certifications (ORCA) www.bpn.gov . Period of performance is 60 calendar days from issuance of award for completion of this service. The USFWS technical point for this project is Jeff Rose, Division of Engineering at (503) 231-2287.

NOTE: This solicitation shall be unrestricted competition in accordance with FAR Subpart 19.10 - Small Business Competitiveness Demonstration Program. Quotes will only be accepted by qualified contractors. The associated North American Industry Classification System Code (NAICS) code for this acquisition is 238910, Product or Service code (PSC) is P400, and small business size standard is $13.0 million.

Additional Info:

Contracting Office Address: Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Ave Portland OR 97232

Point of Contact(s): Thomas Kozlowski Contracting Officer 5032316821 Thomas_Kozlowski@fws.gov ; Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance

 

No more results found.
No more results found.