Recycling of Used Plastic Garbage Containers
Salt Lake City, Utah
Contact Name Jerilyn Midthun, e-mail: jerilyn.midthun@slcgov.com, tel. (801) 535-6446.
Salt Lake City Corporation (City) is soliciting competitive sealed bids from qualified contractors to provide pickup and recycling services for used plastic garbage containers.
The attached specification No. ST057 is hereby declared a part of this bid.
Salt Lake City Corporation (the City), is soliciting competitive sealed bids from qualified contractors to provide pickup and recycling services of used plastic garbage containers for the City’s Streets and Sanitation Division. The containers are damaged or broken and are no longer usable for their intended purpose but have value for their recyclable plastic. There will be four sizes of garbage containers to be recycled: 40-gallon, 60 gallon, 90-gallon, and 330-gallon. The dimensions for these containers are listed in the attached sample agreement.
The garbage containers taken by the selected contractor shall be recycled and shall not be subsequently taken to a public landfill. Any unused scraps of plastic or other material not utilized by Contractor shall be disposed of by Contractor in a manner that minimizes adverse impact on the environment.
Estimated Quantities. Estimated annual quantities of used containers to be recycled are for bid purposes only. Actual quantities of containers to be disposed of will depend on a variety of factors that cannot be accurately predicted. No guarantee of the actual product requirement is implied or expressed by this solicitation or the resulting agreement. Service requirements shall be determined by actual breakdown of containers. The City currently has approximately (10) 40s, (10) 60s, (1000) 90s, and (10) 330s to be recycled upon commencement of the resulting agreement.
Click here to view more information: http://apps1.slcgov.com/ManagementServices/OnlineBids/vendor_info.asp?KEY=11667
Residential Refuse and Recycling
Peachtree City, GA
The proposal due date originally scheduled for July 8, 2008 has been postponed. The
new due date will be announced shortly.
Upon issuance, addendum #2 is expected to address not only the issues, questions and concerns raised at the mandatory pre-proposal meeting held Thursday, June 5, 2008 but also contain a request for proposal for a preferred provider. Based upon advice from the City’s attorney, a second pre-proposal meeting will be scheduled. This meeting will be mandatory for any firm not in attendance at the first meeting but optional for any firm in attendance at the first. I would encourage attendance as I expect this new proposal option will generate significant discussion.
Please contact Ms. Angela Egan if you have additional questions.
18 Gallon Recycling Containers
City of Spokane, Wash.
Sealed Bids will be opened at the 1:15 p.m. public bid opening on MONDAY, JULY 7, 2008, in the Council Chambers, 808 West Spokane Falls Boulevard, Spokane, Washington 99201, for BID #3504-08, 18 GALLON RECYCLING CONTAINERS for the City of Spokane Solid Waste Management Department.
The Request for Bids document is available by contacting Connie Wahl, City of Spokane Purchasing, 4th Floor, City Hall, 808 West Spokane Falls Blvd, Spokane WA 99201, Phone: (509) 625-6411 or purchasinghelp@spokanecity.org
Bid Proposal documents should be submitted to City of Spokane Purchasing no later than 1:00 p.m. on the date of opening. Proposals must be sent sufficiently ahead of time to be received by the required date and time. The City of Spokane is not responsible for Proposals delivered late. Only firm Proposals with signatures will be tabulated.
Submit one (1) original and three (3) copies of the bid to:
City of Spokane – Purchasing
4th Floor – City Hall
808 W. Spokane Falls Blvd.
Spokane, Washington 99201
Supply And Installation Of A Baler For The Kingston Area Recycling Centre
City of Kingston, Ontario
The Corporation of the City of Kingston, Department of Public Works and Emergency Services, Solid Waste Division, is seeking proposals from qualified proponents for the supply and installation a single ram extrusion baler at the Material Recovery Facility (MRF) located at 196 Lappan's Lane, Kingston.
Submissions must be submitted before 3:00:00 local time Wednesday, July 30, 2008, to:
The Office of the City Clerk
First Floor, South Wing
City Hall Building
216 Ontario Street
Kingston, ON K7L 2Z3
For more information click on the following link -- https://www.cityofkingston.ca/cityhall/tenders/download.php?file=29
Computer & Electronic Material (E-WASTE) Collection & Recycling Contract
Hall County, Georgia
Hall County Government desires to solicit competitive proposals for an electronics recycling contract that will include services to collect, transport, dismantle, salvage, sale, reuse, and/or recycle computer and electronic material for the Resource Recovery Division, Public Works and Utilities Department, Gainesville, Georgia.
Copies of the RFP are available by contacting Janeanne Allen, Purchasing Administrative Secretary, at (770) 535-8270, or by visiting Purchasing Division located at 116 Spring Street, SW, Suite 12, Gainesville, GA. 30501.
Bid bonds, payment bond, and performance bond will not be required.
Successful bidder (s) will have to provide proof of Liability Insurance in an amount of not less than ($1,000,000.00) one million dollars per occurrence to protect the County throughout the life of the contract against "All Risks".
Services will consist of transportation of acceptable E-WASTE to vendor’s facility dismantling, salvage, sale, reuse, and/or recycling of E-WASTE received.
The Commissioners reserve the right to reject any or all bids and to waive technicalities.
To receive the bid click on the following link -- http://www.hallcounty.org/files/pdfs/bidApplication.pdf
BIDS/RFP for RFP-Expand San Carlos Construction and Demolition Ordinance Program
City of San Carlos, Calif.
The purpose of this RFP is to identify a firm that will assist the Building Division of the City’s Community Development Department in expanding their implementation of the City’s C&D ordinance and provide recommendations to increase diversion from this sector. The successful proposer will develop procedures and processes to be followed by City staff, provide outreach and training to City staff, and assist the City with all aspects of implementing the C&D ordinance currently in place.
A direct result of this implementation will be the expansion of recycling, reuse and diversion activities on C&D projects.
The primary goals of this project are to:
Develop administrative procedures, protocol, outreach and training that are in accordance with the C&D ordinance.
Implement a process that will provide longevity of efficient and cost effective management of the C&D Waste Management Plans and deposits.
Assist the Building Division with the enforcement and reporting requirements of the City’s C&D ordinance.
Develop suggestions on how to improve the ordinance including ways to increase reported diversion of materials and ways to integrate the ordinance with the City’s Permit Streamlining program.
Click here for more details: http://www.cityofsancarlos.org/rfps/request.asp?bidID=49
Automated Scrap Materials System
City of Columbus, Ohio
The intent of this Request for Proposal (RFP) is to search for a qualified supplier to provide an automated scrap materials and used goods transactions information management system ("System") to assist the Columbus Division of Police in the monitoring and investigation of such transactions. The goal of installation and operation of the System is to facilitate the correlation of reported thefts with commercial transactions of stolen or similar materials. The System must allow the Columbus Division of Police and other authorized law enforcement agencies to receive and manage transaction information from approximately twenty-two (22) scrap metal facilities. The supplier will house and maintain the System. The System will receive, store and manage transaction information, and allow secure access by Columbus Division of Police to facilitate comprehensive investigations of property crime based on System information.
1.2 Classification: Qualified suppliers must submit (as described within the specifications) documentation of a minimum of three (3) successful similar installations. Selected qualified suppliers (pending review of proposals) will be required to provide a demonstration of their products ability to meet the specifications.
Questions concerning the requirements of this RFP are to be submitted in the format described in the specifications and must be received by 8:00 a.m. (est) on June 17, 2008.
Performance Bond: Successful vendor shall furnish (in accordance with the instructions in this RFP) a bond given in favor of the City of Columbus, Ohio for an amount equal to one-million dollars ($ 1,000,000.00).
For additional information concerning this bid, including procedures for obtaining a copy of the bid document(s) and how to submit a proposal, you must go to the City of Columbus Vendor Services web page (http://vendorservices.columbus.gov) and view this bid number in the open solicitations listing.
Document Destruction Service
Forsyth County, GA
The Forsyth County Board of Commissioners will accept sealed bids until 10:30 am Wednesday, July 9, 2008 for the following:
Providing all materials, equipment, and labor to provide document destruction services for various Forsyth County Departments. Company must be licensed, insured, and bonded. Proof of license & insurance must be submitted with bid. This service will be on a one (1) year service agreement with two (2) one (1) year options for renewal.
Copies of the bidding documents may be obtained by contacting the Forsyth County Purchasing Office, at (770) 888-8872, 118 Castleberry Road Suite 13 Cumming, GA 30040 between the hours of 8:30 am & 12:00 pm.
The envelopes containing the BIDs must be sealed, and addressed to the Forsyth County Purchasing Department, 118 Castleberry Road Suite13, Cumming, GA 30040 by 10:30 am Wednesday, July 9, 2008. No BIDs will be accepted after that date and time. BID envelopes must state the following in the lower left hand corner: BID 08-80-1500, and the company name submitting the BID.
BIDs will be opened at 2:00 pm July 9, 2008 in the Forsyth County Purchasing Department, 118 Castleberry Road, Suite 113, Cumming GA 30040. Award of the BID will be made at a later date. The Board of Commissioners reserves the right to reject any or all BIDs. Bidders and the general public are invited to attend the BID opening.
No. Division Junk Tire Disposal
California Highway Patrol
Click here to view more details -- javascript:FileView('080523165036640.pdf','A56912')
The DSepartment of California Highway Patrol is seeking bids to remove and dipose of waste tires from CHP area offices in Northern California.
Public Relations Services for Recycling
CRRA
The Connecticut Resources Recovery Authority (CRRA) is requesting qualifications from public relations firms interested in providing certain public relations services for CRRA from January 1, 2009, through December 31, 2011. See full synopsis for submission details.
CONTACT NAME: Lisa Bremmer
EMAIL: lbremmer@crra.org
PHONE: (860) 757-7792 FAX: (860) 727-4141
WEB SITE: http://www.crra.org
For more information click on the following link -- http://www.das.state.ct.us/Purchase/Portal/portal_synopsis.asp?F_Type=1&F_Bid_ID=11433
Scrap Metal Purchase & Recycling Services
City of Portsmouth, NH
The City of Portsmouth is requesting written proposals from qualified vendors interested in purchasing scrap metal for recycling. Sealed proposals, plainly marked, RFP #04-09 "SCRAP METAL PURCHASE & RECYCLING SERVICES" addressed to the Finance/Purchasing Department, City Hall, 1 Junkins Avenue, Portsmouth, New Hampshire, 03801 will be accepted until 2:00 p.m. July 25, 2008.
PROPOSALS RECEIVED AFTER 2:00 P.M. WILL NOT BE CONSIDERED.
Proposal specifications may be obtained from the Finance/Purchasing Department on the third floor at the above address, or at www.cityofportsmouth.com, or by calling the Purchasing Coordinator at 603-610-7227.
The City of Portsmouth (City) is soliciting competitive proposals from qualified scrap-metal salvage contractors to purchase scrap metal, ultimately for recycling, which the City has acquired as part of its waste management/recycling program. The City seeks a contractor who will work cooperatively with the City to meet the City’s objective to increase the earnings associated with the disposal/recycling of scrap metal.
Click here to view the bid -- http://www.cityofportsmouth.com/finance/bids/04-09.pdf
Recycling Containers (Sheltered Market)
Broward County, Fla.
To view more details click on the following link -- http://www.broward.org/purchasing/bids/d508169.pdf
Solid Waste Removal and Recycling Services
Solicitation Number: GS-04P-08-EW-D-0136
Agency: General Services Administration
Office: Public Buildings Service (PBS)
Location: Property Management Center (4PM)
The General Service Administration has a requirement for Solid Waste Removal and Recycling at the following locations: James L. King Federal Justice Building, Brickell Plaza Federal Building, Claude Pepper Federal Building, Wilkie Ferguson USCT, David D. Dyer USCT in Miami, Florida and U.S. Courthouse in Ft. Lauderdale, Florida. The contractor shall provide management, supervision, labor, materials, equipment, and supplies necessary to provide solid waste removal and recycling services. The period of performance will be will for a base year of August 1, 2008 through July 31, 2009 and will include four one-year option periods that may extend performance through July 31, 2013. The Request for Proposal (RFP) will be issued on June 16, 2008, with a tentative closing date of June 27, 2008. This procurement is set aside for small business. The North American Industry Classification (NAICS) Code 562111 and the business size standard is $11.5 Million. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. As of October 1, 2003, all government contractors were required to be registered in CCR prior to receiving an award. You may access CCR at the following URL www.ccr.gov. No hardcopies of the solicitation will be available. The solicitation will be available via the Federal Business Opportunities website, http://www.fedbizopps.gov. All future information regarding this acquisition, including solicitation amendments, will be distributed solely thru http://www.fedbizopps.gov. All interested parties are responsible for monitoring the http://www.fedbizopps.gov website to ensure that they have the most up-to-date information about this acquisition. Email all questions regarding this notification to the Contract Specialist, Ms. Artela Jacobs at Artela.Jacobs@gsa.gov.
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
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.
Scrap Wood Collection Bins
Solicitation Number: SB3100-8148-1002
Agency: Defense Logistics Agency
Office: DLA Acquisition Locations
Location: Defense Distribution Center
The Defense Distribution San Joaquin, (DDJC) has a requirement for six (6) fifty cubic yard scrap wood collection bins. Five (5) bins located at Tracy Site and one (1) bin located at Sharpe Site. The contractor will be responsible for the removal of the scrap wood in these collection bins as described below.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 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.
This solicitation is issued as a Request For Quotation (RFQ), reference number SB3100- 7008-1004.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008 and DFARS DCN 20080513 edition.
This solicitation is 100% set aside for small business concerns. The North American Industry Classification System ( NAICS) code is 562111 and the associated size standard is 500 employees to be classified as a small business concern.
Line item 0001- (estimated 312 empties total)
Tracy Site (estimated 259 empties)
$ ________ pick up fee
$ ________ per bin exchange/bin emptied
Sharpe Site (estimated 53 empties)
$ ________ pick up fee
$ ________ per bin exchange/bin emptied
Description: Scrap-Wood removal includes pallets, crates, spools and other various size and types of lumber, all pieces of wood used for packing and crating, pieces of wood used in construction, and sawdust. Contractor will provide six (6) 50 CY scrap-wood collection bins, five (5) for Tracy site and one (1) for Sharpe site. The contractor’s collection bins will be loaded by government personnel and equipment and replaced with an empty within 48 hours of notification from the government POC. The estimated number of loads is 312, the contractor shall be paid for actual number of loads removed.
The contractor is responsible for removing the woodpiles at Tracy and Sharpe facilities. The contractor shall provide all supervision, personnel, and equipment needed to remove and transport off-depot deposit recyclable scrap-wood at Defense Distribution San Joaquin (DDJC), Tracy and Sharpe site.
Tracy address: Tracy Site Defense Distribution Depot San Joaquin
25600 South Chrisman Road
Tracy, CA 95304
Sharpe address: Sharpe Site Defense Distribution Depot San Joaquin
700 East Roth Road
French Camp, CA 95231
The anticipated period of performance is for one (1) year after receipt of contract.
Upon arrival the Recycling staff and your Driver will weight your truck. Weight will be annotated on a Shipment Receipt Delivery Pass (DLA 1367). After the truck has been loaded it will be weighed again (gross weight minus tare weight equals quantity released), annotated on the DLA 1367, along with the number of tons loaded, and signed by your Driver and Recycling staff.
Drivers must have proof of insurance coverage and valid CA driver’s license at all times. Contractor must comply with all Recycling, Safety, Environmental, and Security regulations and laws.
The contractor will invoice the government on a monthly basis for payment by Government credit card.
The following clauses and provisions apply to this acquisition and are incorporated for purposes of this notice-they will be included in the contract award document by either reference or full text. The full text version of these clauses and provisions may be viewed at: http://farsite.hill.af.mil/
FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS
FAR 52.212-2 EVALUATION ? Commercial Items applies to this acquisition. The government will award one contract as a result of this solicitation. Award will be made on an all or none basis and will be based on the lowest priced quotation received.
Far 52.212-3 Offeror Representations And Certifications-Commercial Items
Far 52.212-4 Contract Terms And Conditions-Commercial Items Addenda To 52.212-4: The Following Clause Is Hereby Incorporated: 52.217-8 Option To Extend Services
Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items The Following Clauses Are Applicable To This Acquisition: 52.219-6 Notice Of Total Small Business Set Aside
52.219-14 Limitations On Subcontracting
52.2319-28 Post-Award Small Bussiness Program Representation
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
52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era And Other Eligible Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans 52.225-13 Restrictions On Certain Foreign Purchases
52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration
52.232-36 Payment By Third Party
Dfars 252.212-7000 Offeror Representations And Certifications
Dfars 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items.
Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their quotation.
ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE-http://www.ccr.gov/ or an award cannot be processed.
All responsible small business concerns may submit a quotation which shall be considered by this agency. Quotations and representations/certifications (or indication that representations/certifications have been completed at the ORCA website) are required no later than the close of business on July 11, 2008. Price quotations may be sent via any of the following methods:
1) fax to 717-770-7591, Attention: Dusty Kruger,
2) email to james.kruger@dla.mil, or
3) mail to Defense Distribution Center, DDC-AB, ATTN: Dusty Kruger, 2001 Mission Drive, Building 404, New Cumberland, PA 17070.
Get curated news on YOUR industry.
Enter your email to receive our newsletters.
Latest from Recycling Today
- Steel Dynamics announces operational senior leadership transitions
- BCMRC 2025 session preview: Evolution of battery chemistries
- Emirates Aluminum picks Oklahoma for US facility site
- WM names company president
- Can Manufacturers Institute, Recycling is like Magic release aluminum can recycling contest results
- WasteExpo 2025: EPR implementation requires collaboration, harmonization
- GP to shutter containerboard mill in Georgia
- Vallourec reports slimmer profits in Q1