Vehicle Retirement Program
State of California
Addendum to bid on ELV – Click on the following link – www.recyclingtoday.com/news/images/addendum1.doc
Recycling Projects Funding Opportunity
City of Eugene, Ore.
Click here to view the bid -- http://www.eugene-or.gov/portal/server.pt?open=18&objID=268458&parentname=CommunityPage&parentid=11&mode=2&in_hi_userid=2&cached=true
Curbside Recycling Program
City of Suffolk, Virginia
This document constitutes a request for sealed proposals from qualified sources to provide curbside recycling services for the City of Suffolk, Virginia. The goal of the City is to provide curbside recycling services to all residential customers who reside in single family homes, duplexes and triplexes in the City of Suffolk. Consideration will be given to those companies who wish to limit their proposals to specific geographic locations in the City.
Buyer Contact
Cynthia Moore, VCO Purchasing Agent City of Suffolk Purchasing Division (757) 514-7521 Fax: (757) 923-2155 Email: cmoore@city.suffolk.va.us.
Residential Refuse and Recycling
Peachtree City, Ga.
The City of Peachtree City, Georgia is accepting sealed proposals from qualified contractors to provide residential refuse collection and recycling services for City residents under a franchise agreement.
In addition, the City is also accepting sealed proposals from qualified contractors to take over and manage the existing recycling center and/or establish a new recycle center.
The specifications and requirements are available on the City’s web site at www.peachtree-city.org.
Click here to view the bid --
http://www.ptcgovernment.org/purch/bids/08-145PAS.pdf
Disposal of Scrap Steel
New Hampshire Department of Administrative Services
Click here to view the bid -- http://www.admin.state.nh.us/purchasing/bid_738_08.pdf
Collection of Recyclables in a Dual Stream Fashion
City of Bethlehem, PA
Click here for more information -- http://www.bethlehem-pa.gov/dept/purchasing/bids/200816.pdf
Annual Contract for Sale of Recyclable Metal and Metal Products
St. Petersburg, Fla.
Click here to view the bid -- http://www.stpete.org/purchase/pdf/bid6701.pdf
Multi Purpose Recycle Shredder, refurbished or new, for paper, hard drives, memory keys etc.
Clemson University
Shredder Specifications Recycle the shredded products. Secure document destruction – these documents may be delivered in "banker’s boxes" and must be handled without requiring the opening of the box and dumping out of the content. Documents may be delivered in 65-95 gallon roll carts. The ability to lift the boxes or cart and feed the shredder will be taken into consideration as part of ease of use. Hopper must be able to hold the contents of the 95 gallon cart without overflowing. Minimum volume rate considered will be 3500 pounds per hour. Shredded product should be 3/8 inch diameter or smaller. Electronic data storage devise destruction – this would include, but not be limited to, hard drives, RAM, memory keys, PDA, Cell Phones, CD, DVD, tape media. The final product must be shredded (not crushed, drilled or bent). Minimum volume rate considered will be 1000 pounds per hour. Hopper capacity will be considered as part of ease of use. Example-This shredder is capable of shredding 4000 pounds per hour and does not need to be hand fed. We would include a cart dumper that would be capable of dumping totes directly into the shredder. The shredder would shred and dump onto the floor where the paper would then be pushed onto the conveyor for baling.
Click here to view the bid -- http://virtual.clemson.edu/groups/procurement/BIDS/Bid_IFB6638.pdf
Facility for Recycling of Asphalt Grindings
State Of California Department of Transportation
Estimated Value $50,000 - $99,999
Duration June 30, 2008 - June 30, 2010 (two years)
Location(s): San Mateo; Santa Clara
Contractor shall provide, on an "on call" basis, a 24 hour, seven days a week, recycling facility to accept asphalt grinding for recycling.
Contractor will provide either: One (1) site within 30 miles of 380 Foster City Blvd, Foster City, Ca. and 800 Queens Ln. in San Jose, CA
or
Two (2) sites, one within 30 miles of 380 Foster City Blvd, Foster City, Ca and one within 30 miles of 800 Queens Ln. in San Jose, Ca.
The estimated budget for this two-year agreement is $66,000
Refuse and Recycling Services for Altus AFB, OK
Solicitation Number: FA4419-08-R-0012
Department of the Air Force, Air Education and Training Command
Altus AFB Contracting Squadron
Solicitation Number:
FA4419-08-R-0012 Notice Type:
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.
Contracting Office Address: 303 J Ave Bldg 302, Altus AFB, Oklahoma 73523-5132
Maryland Point - Demolition Project
Solicitation Number: NDB080026
Department of the Interior, Bureau of Land Management
Location: National Centers Region
MARYLAND POINT - DEMOLITION PROJECT - The Contractor shall furnish all supervision, labor, equipment, supplies, and materials 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.
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 shall 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. The work is located in Charles County, Maryland.
This requirement is a 100% HubZone Set-Aside. 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 April 29, 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.
Dual Recycling Compactor
Solicitation Number: FA7000-08-T-0096
Department of the Air Force, Direct Reporting Units
Location: USAF Academy - 10 MSG/LGC
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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-08-T-0096, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, 19 Apr 06. The North American Industrial Classification System (NAICS) number is 333319 and the business size standard is 500 employees. The solicitation is unrestricted for a brand name only.
The U.S. Air Force Academy, Colorado Springs, Colorado has a requirement to purchase by brand name a Dual Recycling Compactor (DRC II) manufactured by Marathon Equipment Company. The DRC II is a single unit container with 2 separate internal compartments for compacting different types of waste and recyclables at one time. The compactor will be located at a loading dock and will not need optional features. Price quote must include freight to USAF Academy.
Line Item 1 Price Quote – Dual Recycling Compactor with freight _________________.
The following Federal Acquisition Regulations clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein:
FAR 52.212-1, Instructions to Offerors-Commercial Items. Addendum applies: Contractor shall provide solicitation number, name, address and telephone number of the offeror, price for line item 1, cage code, DUNS number and size of business.
FAR 52.212-2, Evaluation—Commercial Items. The Government will award a contract resulting from this solicitation to the responsive offeror with the lowest evaluated price that meets technical specifications.
In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil or visit the USAFA Academy Contracting Website at http://www.usafa.af.mil/10abw/10msg/lgc/?catname=10lgcw. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract.
The address and DODAAC of the payment office (effective 1 Jun 06) is:
Defense Finance and Accounting Service
ATTN: DFAS-BAASD/CC
P. O. Box 369020
Columbus, OH 43236-9020
ATTN: VENDOR PAY (DODAAC F67100)
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/.
Quotes must be received no later than 9:00 AM Mountain Daylight Savings Time, 5 June 2008 at 10th ABW/LGCA, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be sent to the attention of Thomas Rokita, 719 333-9629, 719 333-4747 fax,
thomas.rokita@usafa.af.mil.
Contracting Office Address: 8110 Industrial Drive Suite 200,USAF Academy, Colorado 80840-2315
Metal Recycle Containers
Solicitation Number: W911RZ-08-T-0109
Department of the Army, Army Contracting Agency, North Region
ACA, Fort Carson
Solicitation Number:
W911RZ-08-T-0109 Notice Type:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Fort Carson intends to award a Firm Fixed Price Contract for Recycle Containers. In accordance with FAR 19.102(f) and the Nonmanufacturer Rule, the Small Business Contractor shall only supply items manufactured by itself or another small business performing in the United States. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0109 effective 21 May 2008.
This solicitation is 100% set aside for Service Disabled Veteran Owned Small Businesses. The North American Industrial Classification System (NAICS) code for this procurement is 332420 with a size standard of 500 employees. This solicitation will end on June 6, 2008, 3:00 p.m. Mountain Time.
This solicitation is for Metal Recycle Containers. The Contractor shall propose ALL of the following Contract Line Item Numbers (CLINS): CLIN 0001 - 30 Each, 30 Cubic Yard Bathtub Style Roll-Off Containers with Open Top, Dark Green color, Inside Rail must be standard size 36 ; CLIN 0002 60 Each, 6 Cubic Yard Dumpster with slant top, front load (Dark Green color). All items shall be FOB Destination and include shipping charges. All technically qualified brands will be considered. The following provisions and clauses may include, but are not limited to the following: Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest) Clauses: 52.204-7 (Central Contractor Registration), 52.233-3 (Protest after award), 52.233-4 (Applicable Law for Breach of Contract Claim), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-27 (Notice of total SDVOSB Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.222-50 (Combat Trafficking), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.252-2 (Clauses Incorporated by Reference), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.232-7003 (Electronic Submission of Payment Requests), 252.225-7001 Buy American Act. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: technically acceptable low price and delivery time. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 10:00 a.m. Mountain Time on June 4, 2008. Quotes can be mailed to Attn: Laura E. Segovia Figueroa, Directorate of Contracting, 1676 Evans St. Bldg 1220 3rd Floor, Fort Carson, Colorado, 80913-5198, faxed to (719) 526-5333 or e-mailed to laura.segovia@us.army.mil. An official authorized to bind your company shall sign the quote. Questions concerning this solicitation must be addressed in writing to Laura E. Segovia Figueroa, Procurement Analyst and e-mailed to laura.segovia@us.army.mil.
Contracting Office Address: ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
Point of Contact(s): Laura E Segovia Figueroa, 719-526-0090 ACA, Fort Carson
Ferrous Scrap
Solicitation Number: W9098S-08-T-0627
Department of the Army, U. S. Army Materiel Command
Solicitation Number:
W9098S-08-T-0627 Notice Type:
Solicitation Synopsis:
Ferrous Scrap, The item to procure is ferrous scrap not to exceed 900 tons on a 3 year indefinite delivery indefinite quantity (IDIQ) contract. FOB is destination. Estimated issue date is 06 MAY 2008. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102, therefore, hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: https://acquisition.army.mil/asfi/solicitation_search_form.cfm
CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same.
Solicitation 1
Sensitive/Secure Package: no
Type: Solicitation
Posted Date: May 17, 2008
https://acquisition.army.mil/asfi/solicitation_view....https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W9098S08T0627
High Security Deployment Paper Shredder
Solicitation Number: WALVT081357921
Department of the Army, Army Contracting Agency, North Region
Solicitation Number:
WALVT081357921 Notice Type:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is WALVT081357921 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423420 with a small business size standard of 100 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-05-27 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602
The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following:
LI 001, Model Whitaker Brothers DS-6 high security deployment paper shredder or equal. Must have shred size of 0.8 X 4.2mm, 31ft/min, up to 10 sheets per time, not to exceed 110 lbs. Must have automatic internal oiler, must work in its carry case with easy switch access. Must meet NSA/CSS specification 02-01 for classified document destruction. , 1, EA;
For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration.
Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.
Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
In addition to providing pricing at www.FedBid.com for this solicitation, each Quoter must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to andrea.mason1@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation.
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.211-6, Brand name or Equal; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items.
The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside;52.219-28, Post Award Small Business 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; 52.222-50, Combating Trafficking in Persons;52.223-15, Energy Efficiency in Energy-Consuming Products; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, Transportation of Supplies by Sea.
Shipping is FOB Destination CONUS (Continental U.S.).
New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Submitted Quotes will be valid for 45 days after the auction closing.
No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
Additional Info:
www.fedbid.com (b-68606_01, n-12655)
Contracting Office Address:
45 West Street, Fort Drum, NY 13602