RFPs (Request for Proposal) for the Week

Requests to purchase recycling containers, as well as running a recycling program are two of the RFPs or solicitation requests on the docket this week.

Lease and Recycle of Dry Media Blast

Sources Sought Notice

Solicitation Number: F42650-03-R-DMB

Classification Code: 53 -- Hardware & abrasives

Contracting Office Address: Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056

Description: Direct question to Phyllis Lee at (801)777-9145 or E-mail Phyllis.lee@hill.af.mil The objective of this program is to lease The Ogden Air Logistic Center is seeking potential offerors for Lease and Recycle of Dry Media Blast. The objective of this program is to lease and recycle dry media blast that consists of the following: Type II 500,000 lbs estimated quantity per year Type V 600,000 lbs estimated quantity per year

Both of the above types must meet MIL-P-85891(A). Other specified abrasives, includes aluminum oxide, glass, and garnet. 500,000 lbs estimated quantity per year. The total quantity remains undefined. The media is used in coating removal from aircraft, aircraft components parts, aerospace vehicles, and aerospace ground equipment. EPA-approved recycle process and acceptable market for the recycled end product is required. This includes the UTAH Division of Solid and Hazardous Waste, and the EPA Region and State Environmental Agency where the recycling process is occurring. It is a required that the company has provided an uninterrupted supply of plastic media to the U.S. Air Force, or U.S. approved full airframe coating removal facilities.

These facilities must be for full airframe only. Media supplied for small component booths, hand cabinets, or media other than plastic is not acceptable. The contractors shall be required to furnish personnel and equipment to respond to requests for lease and recycle of dry media blast.

The Contractors must provide lease and recycle of dry media blast either directly, or indirectly by subcontracting with established firms that meet the criteria as set forth. The government anticipates contract award with a period of performance of one Basic year, plus four (4) one-year options.

All interested offerors must provide an overview about their company, previous history, and whether the company is a small business concern or 8 (A) participant (use SIC Code 8744, 500 employees). Submit written responses no later than 6 August 2003 to OO-ALC, 6038 Aspen Ave. (Bldg 1289), Hill AFB, UT 84056-5805, Attn: Phyllis Lee. This synopsis is for information and planning purposes only and does not constitute a solicitation, nor is it to be construed as a commitment by the government. The government will not pay for any effort expended in responding to this notice.

Original Point of Contact: Phyllis Lee, Contracting Officer, Phone 801-777-9145, Email phyllis.lee@hill.af.mil

Purchase of Recycling Containers

Document Type:  Modification to a Previous Presolicitation Notice

Solicitation Number: Reference-Number-F5347931260200

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500

Description: Purchase recycling containers for use by base recycling center. The contractor is to provide all labor, tools, parts, materials, transportation, and equipment support including occupational safety devices and plans, and supervision necessary to complete this service.

This combined synopsis/solicitation for commercial service is prepared in accordance with the format in subpart 12.6, as supplemented with additional information is included in this notice. This announcement constitutes the only solicitation.

Quotes are being requested and a written solicitation will not be issued. This notice and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The NAICS code is 424610 and the size standard is 100 (500 for Government Contractors). The acquisition is 100% set aside for small business concerns.

All firms or individuals responding must be registered with the Central Contractor Registration (CCR). All responsive small business offerors will be considered by the agency. There are 10 line items as follows: Line Item 0001 - QTY (800) ea - Untouchable-brand plastic recycling container, part number RC395906 or equal; made of high impact molded plastic; size: 50-gallon; color blue; "WE RECYCLE" logo hot stamped on side of container; for use in collecting paper, cans, bottles, aluminum, plastic, glass, and newspaper for recycling. Line Item 0002 - QTY (800) ea - Untouchable-brand paper recycling lid, part number RC2794BL or equal; made of high impact molded plastic; color: blue; slotted to allow only paper to enter recycling container; for use with Untouchable-brand 50 gallon RC395906 or equal recycling container. Line Item 0003 - QTY (200) ea - Untouchable-brand bottle and can recycling lid, part number RC2791BL or equal; made of high impact molded plastic; color: blue; slotted to allow only round bottles and cans to enter recycling container; for use with Untouchable-brand 50-gallon RC395906 or equal recycling container. Line Item 0004 - QTY (500) ea - Deskslider-brand plastic recycling container, part number BC1000BL or equal; made of high impact molded plastic; approximate size: 15"L x 12"W x 8"H; color: blue; "WE RECYCLE" logo hot stamped on side of container; for use in collecting small quantities of paper, cans bottles, aluminum, plastic, glass, and newspaper for recycling at the side of a desk. Line Item 0005 - QTY (600) ea - Vinyl decals; pre-printed; lettering reads: "WHITE PAPER"; size 3" x 10"; to be applied to Untouchable-brand recycling lids, part numbers RC2794BL and RC2791BL or equal; used to describe what contents may be placed into recycling container. Line Item 0006  QTY (200) ea - Vinyl decals; pre-printed; lettering reads: "MIXED PAPER"; size 3" x 10"; to be applied to Untouchable-brand recycling lids, part numbers RC2794BL and RC2791BL or equal; used to describe what contents may be placed into recycling container. Line Item 0007  QTY (50) ea - Vinyl decals; pre-printed; lettering reads: "GLASS ONLY"; size 3" x 10"; to be applied to Untouchable-brand recycling lids, part numbers RC2794BL and RC2791BL or equal; used to describe what contents may be placed into recycling container. Line Item 0008  QTY (100) ea - Vinyl decals; pre-printed; lettering reads; "ALUMINUM CANS"; size; 3" x 10" to be applied to Untouchable-brand recycling lids, part numbers RC2794BL and RC2791BL or equal; used to describe what contents may be placed into recycling container. Line Item 0009  QTY (50) ea - Vinyl decals; pre-printed; lettering reads: "NEWPAPER"; size: 3" x 10"; to be applied to Untouchable-brand recycling lids, part numbers RC2794BL and RC2791BL or equal; used to describe what contents may be placed into recycling container. Line Item 0010 - Shipping charges for delivery of line items 0001-0009 to Andrews AFB, MD. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial apply to this acquisition. The provision at FAR 52.212.2, apply to this acquisition. This acquisition will be awarded using simplified acquisition procedures in accordance with FAR 13.0. Offerors must submit a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. DFARS clauses are incorporated in this solicitation with the same force and effect as if they were given in full text. The DFARS Clause 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582). The DFARS clause 252.212-7000, Offeror Representations and Certifications-Commercial Items applies to this acquisition. The clause at FAR 52.212.5, Contract Terms and Conditions Required to Implement Statues or Executive Order-Commercial Items: and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items applies to this acquisition along with the following additional clauses: 52.222-26 Equal Opportunity 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 52.222-33 [Payment by] Electronic Funds Transfer [--Central Contractor Registration] Offers must be submitted in written responses mailed or faxed no later than 3:00 p.m. on 25 Jul 03; to the attention of Monica L. Ceaser, 89 CONS/LGCAB, 1419 Menoher Drive, Andrews AFB, MD 20762-6500. Oral responses are not acceptable. Any question or comments may be addressed to me at (301) 981-1931 or faxed to (301) 981-1907 no later than 25 Jul 03 at 2 p.m.

Original Point of Contact: Monica Ceaser, Contract Specialist, Phone (301)981-1931, Fax (301)981-1907, Email Monica.Ceaser@andrews.af.mil - Deborah Doyle, Contracting Officer, Phone (301)981-2328, Fax (301)981-1907, Email Deborah.Doyle@andrews.af.mil.

Solid Waste Collection and Disposal

Solicitation Number: N62467-03-Q-3328   

Contact Information 

Entity Identifier:  Naval Facilities Engineering Command, Southern Division.

Address 1: P. O. Box 190010, 2155 Eagle Drive, North Charleston, SC  29418-9010

Buyer Name or Department:  Rick Pittman Telephone: (706) 354-7298 / 

Detail Description: Solid Waste Collection and Disposal The intention of this solicitation is to obtain solid waste collection and disposal including the collection and disposal of garbage, debris, rubbish, recyclables, and other discarded solid wastes resulting from residential, industrial, commercial, and community activities, as specified in the specifications and drawings attached. Excluded from this function is collection and disposal of: (1) hazardous wastes, (2) solids or dissolved materials in domestic sewage, (3) other pollutants in water resources such as silt and dissolved or suspended solids, and (4) infectious/medical wastes. Containers will be both government and contractor furnished. The contract type is combination firm fixed-price/indefinite quantity. The contract will include a base period of 12 months, with four 12-month options.

Complete Facility Maintenance Services, Wellesley Island, NY

Presolicitation Notice

Solicitation Number: ACB-4-Q-0017

Contracting Office Address: DHS - Direct Reports, Bureau of Citizenship, Burlington Administrative Center, 70 Kimball Avenue, Burlington, VT, 05403

Description: The Department of Homeland Security (DHS), is seeking firms or individuals interested in providing Complete Facility Maintenance Services for the US Border Patrol Station at Craigside Manor, 45864 Landon Road, Wellesley Island in Alexandria Bay, New York. Period of performance will be 10/01/2003 through 09/30/2004, with four (4) one-year option periods.

Complete Facility Maintenance Services will include Sewage and Wastewater Treatment, Recycling, Janitorial, Lawn and Grounds Maintenance, Snow Removal, Mechanical Equipment Maintenance, and Architectural and Structural Maintenance.

This acquisition is unrestricted, the NAICS code is 561210 (Base Maintenance), and the Small Business Size Standard is $23 million. Solicitation materials should be available for download by 7/15/03 and quotes will be due to the contracting office by 08/18/2003 3:00 pm.

Completed quotes may be faxed in order to meet deadline, with originals to follow by mail. Offerors must provide quotes for all years requested in order to be considered fully responsive. Interested parties may call the facility at 315-482-7556 to schedule a site visit.

On-site personnel can show the facility and grounds, but cannot answer questions. All questions must be submitted in writing to the Contracting Officer, by fax, or e-mail preferred. The distribution of this solicitation will be accomplished primarily through the General Services Administration (GSA) Federal Business Opportunity (FedBizOpps) web site http://www.fedbizopps.gov. The FedBizOpps site provides downloading instructions. All future information about this acquisition, including solicitation amendments, will also be distributed solely through the GSA site. Interested parties are responsible for monitoring the GSA site to assure that they have the most up-to-date information about this acquisition. Please contact the FBO Support group at fbo.support@gsa.gov; phone 877-472-3779 (toll free) regarding any download problems.

Original Point of Contact: Shireen Melton, Contract Specialist, Phone 802-872-4102, Fax 802-951-6455, Email Shireen.Melton@dhs.gov.

 

No more results found.
No more results found.