Federal Government Bids, RFPs Available

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: M--Operation of Government-Owned Facilities

OFFADD: Commander, Atlantic Division, Naval Facilities Engineering

Command, Code AQ12, 1510 Gilbert Street, Norfolk, Virginia 23511-2699

SUBJECT: M--COMMERCIAL ACTIVITIES STUDY FOR BASE SERVICES AT

THE MARINE CORP BASE, CAMP LEJEUNE, NORTH CAROLINA

SOL N62470-00-R-5223

DUE 111201

POC Archie Blythe (757) 322-4148

DESC: The Atlantic Division, Naval Facilities Engineering Command,

Norfolk, Virginia Contracts Office intends to obtain (if considered

more economical) all services, materials, supplies, supervision,

labor and equipment to perform Manpower Services, Bachelor

Quarters Operations and Services, Maintenance of Real Property,

Operation of Military Family Housing, Logistics Operations,

Transportation Operations and Maintenance, Range Operations

and Training Aids, and Solid Waste (Refuse and Recycle) Operations,

functions at the Marine Corps Base(MCB) Camp Lejeune, North

Carolina including port facilities in Morehead City, North

Carolina, Camp Davis, NC, and Marine Corp Air Station (MCAS)

New River. This procurement is the result of a Commercial Activities

(OMB Circular A-76) Study for which 1,092 positions were announced

to Congress in August of 1999. The proposed acquisition will

be subject to Government in-house cost comparison to determine

the economic feasibility of accomplishing services in-house

or by contract in accordance with OMB Circular A-76. Any resultant

contract will be a Combination Firm Fixed Price/Indefinite

Quantity Type Contract for a base period of one year with four

one-year options to extend, total duration not to exceed sixty

(60) months. The proposed solicitation will be unrestricted.

The North American Industry Classification Code for this requirement

will be 561210 with the average annual receipts for the last

three years being $20,000,000.00. Availability of the solicitation

will be limited to the electronic medium (see FAR 5.102(d));

the solicitation will be available for download free of charge

via the Internet World Wide Web at http://esol.navfac.navy.mil.

All prospective offers and plan holders should register as

Plan holders on the website in order to receive a copy of the

solicitation and notification of site visits, etc. The official

plan holder's list will be maintained at http://esol.navfac.navy.mil

and can be printed from that website. Registering offers

and plan rooms must provide a complete name, address, phone

number including area code, offer or type (prime contractor,

subcontractor, suppliers, plan holders, etc.), email address

and type of business (large, small, small disadvantaged, woman

owned, etc.) Notification of any amendments to the solicitation

will only be made on the website. It is the sole responsibility

of the offeror to continually view the website for any amendments

made to the solicitation. Specifications will be available

for viewing and downloading on or about 10 September 2001 pending

approval. The free Adobe Acrobat Reader, required to view PDF

files, can be downloaded from the Adobe website. A Pre-proposal

Conference/Site Visit is tentatively scheduled to be at the

Marine Corps Base, Camp Lejeune, North Carolina approximately

thirty days after solicitation. Proposals will be due approximately

thirty days after the site visit discounting substantial amendments

to the solicitation. Specific dates, as they become available,

will be announced at http://www.esol.navfac.navy.mil. All responsible

sources may submit an offer, which will be considered. In accordance

with the provisions of DFARS 252.2004, REQUIRED CENTRAL CONTRACTOR

REGISTRATION, offerors must be registered in the Central Contractor

Registration (CCR) database. Lack of registration in the database

on the part of an offeror will make an offeror ineligible for

award. Offerors and contractors may obtain information on registration

and annual confirmation requirements by calling 1-888-227-2423

or via the Internet at http://www.ccr2000.com/ .

LINKURL: http://esol.navfac.navy.mi l

LINKDESC: NAVFAC Solicitation Web Site

EMAILADD: blythewe@efdlant.navfac.navy.mil

 

 

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: P--Salvage Services

OFFADD: Department of the Treasury, Internal Revenue Service

(IRS), = I.R.S. Northeast Procurement Branch (A:P:F:NE), 290

Broadway, 3rd = Floor, New York, NY, 10007

SUBJECT: P--TRASH REMOVAL /RECYCLING=20

SOL Tirne-02-q-00001

DUE 072001

POC Shirley Mensah, Contract Specialist, Phone 212-436-1822,

Fax = 212-436-1442, Email shirley.mensah@irs.gov  - Shirley

Mensah, Contract = Specialist, Phone 212-436-1822, Fax 212-436-1442,

Email = shirley.mensah@irs.gov

DESC: The Internal Revenue Service (IRS) Philadelphia Service

center = located in Philadelphia, Pennsylvania has a requirement

for Solid Waste = Trash Removal and Recycling of mixed paper

at the following buildings = located on the IRS complex: IRS

North Building 11601 Roosevelt Blvd, = Philadelphia, Pa 19154,IRS

South Building, 11501=20 Roosevelt Blvd. Philadelphia, PA 19154,

East Building 11630 Caroline = Road Philadelphia, PA 19154,

International Plaza 11631 Caroline Road = Philadelphia,PA 19154.The

contractor will be required to furnish all = necessary Labor,Materials

and Equipment for the removal, proper = destruction and sale

of Government generated property identified = as wastepaper,

( and possibly in the future, the removal of cardboard, = glass

and aluminum cans) to the extent practical. All items listed

= above shall be, without exception, subject to recycling at

no cost to = the government. Throughout the entire contract,

all wastepaper = shall be treated as protected information

and must be destroyed beyond = any legibility or reconstruction.

Contractor must also furnish all = necessary Labor, Materials

and Equipment for the removal and proper = disposal of solid

Waste to be recycled to the maximum extent possible = without

the use of landfills at the most economical cost to the = government.

All solid waste not transported to a facility for = remanufacturing

or recycling shall be disposed of in accordance with = all

Federal, State, Municipal and local Regulations, laws, ordinances,

= and any amendments. Certifications for the disposal facility

for solid = waste management, or by the environmental protection

agency. The = Contractor period for award shall be for one

base year of October 1, = 2001 - September 30,2002. and two

option years of October 1, 2002 ? September 30, 2003 and =

October 1, 2003 - September 30, 2004. This award will be made

based on = Commercial Services using FAR Part 12 Procedures.

All responsible = sources shall submit in writing the date

this note appeared in the = Commerce Business Daily (CBD) or

on the internet. Interested parties = shall request a copy

of the solicitation in writing by July 20, 2001 = of this notice.

Oral request will not be accepted, you may fax your = request

to 212-436-1442. Sn 366185

LINKURL: http://www.eps.gov/spg/TREAS/IRS/IRSNPBAPFNE/Tirne-02-q-00001/listi=ng.html 

 

Part: U.S. Government Procurements

Subpart: Supplies, Equipment And Material

CLASSCOD: 99--Miscellaneous--Potential Sources Sought

OFFADD: U.S. Government Printing Office, Materials Management

Service, Mail Stop: MMG, Room A-332, Washington, DC 20401

SUBJECT: 99--RECYCLING OF BROKEN WOODEN PALLETS

SOL N/A

DUE 093001

POC Joan Keen, 202.512.2010, ext 31190

DESC: The removal, repair and return of wooden pallets. It is

anticipated that the removal of broken pallets will be required

monthly consisting of pick up and recycling of broken pallets.

 

EMAILADD: jkeen@gpo.gov

 

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: S--Utilities and Housekeeping Services

OFFADD: Army Atlanta Contracting Center, Attn: AFLG-PRC, HQ USA

FORSCOM DCSLOG CD, 1301 Anderson Way, SW, Ft. McPherson, GA

30330-1096

SUBJECT: S--SOLID WASTE COLLECTION AND RECYCLING

SOL DAKF11-01-R-0011

DUE 080701

POC Janie P. Wright, 404-464-4104, fax 404-464-4194

DESC: The Army Atlanta Contracting Center, Fort McPherson, GA

is soliciting offers for a contractor to furnish all labor,

materials, tools, equipment, transportation and supervision

to perform Solid Waste Collection and Recycling services at

Fort McPherson, Fort Gillem and Lake Allatoona, GA. The contract

period is September 1, 2001 through August 30, 2002, with four

one-year renewal options. Solicitation will be issued on or

about July 6, 2001, with proposals due on or about August 7,

2001. These dates are approximate only. Solicitation and any

subsequent amendments will be issued through the Internet.

Contractors may view and/or download the solicitation and all

amendments from the Internet at the following address: www.forscom.army.mil/aacc (once

you're at this site, click on Current Opportunities). No hard

paper copies will be provided. This procurement is being solicited

unrestricted in accordance with "DIGS". NAICS 562111. Size

Standard $10.0 Million. The solicitation will be issued as

a commercial service RFP utilizing best value procedures. Any

resulting contract will be firm-fixed price. Questions should

be addressed to Janie Wright at email address: wrightja@forscom.army.mil .

All responsible sources may submit an offer which will be considered.

 

LINKURL: http://www.forscom.army.mil/aacc

EMAILADD: wrightja@forscom.army.mil

EMAILDESC: wrightja@forscom.army.mil

CITE: (W-171 SN50P4P6)

 

Part: U.S. Government Procurements

Subpart: Services

CLASSCOD: S--Utilities and Housekeeping Services

OFFADD: Department of the Air Force, Air Mobility Command, 6th

= Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB,

FL, = 33621-5000

Subject: S--Refuse And Recycling Services

SOL F08602-01-R-0012

DUE 083001

POC Judy Garrett, Contract Specialist/O&P, Phone 813-828-4706,

Fax = 813-828-3389, Email garrettj@macdill.af.mil  - Kenneth

Butler, Contract = Specialist, Phone 8138281870, Email butler.kenneth@macdill.af.mil

DESC: The contractor shall provide all items necessary to provide

= Refuse/Recycling Collection and Disposal Services for the

industrial = and family housing areas at MacDill Air Force

Base, Florida. The = performance period will be 1 Oct 01 through

30 Sep 02 with four (4) = 1-year option periods. This requirement

is unrestricted with a price = evaluation preference for HUB Zone

small business concerns. North = American Industry Classification

System code is 562111; small business = size standard is $10M.

All responsible sources may submit a proposal, = which shall

be considered by the agency. Proposals will be evaluated =

based on past performance and price. The solicitation will

be posted = on the Electronic Posting System on or about 20

Jul 01, which can be = accessed at http://www.fedbizops.gov

or http://www.eps.gov . The = solicitation package and any amendments

will only be available = electronically. No paper copies of

the solicitation package will be = mailed. Once the solicitation

is posted, it is imperative that = interested parties review

the web site frequently for any = updates/amendments. The closing

date and time for submission of offers = will be contained

within the solicitation package. To be eligible for = award,

prospective offerors must be registered in Central Contractor

= Registration (CCR) at the CCR Internet site, http://www.ccr2000.com .

=20

LINKURL: http://www.eps.gov/spg/USAF/AMC/6CS/F08602-01-R-0012/listing.html

 

Part: U.S. Government Procurements (Modification)

Subpart: Services

CLASSCOD: S--Utilities and Housekeeping Services

OFFADD: United States Holocaust Memorial Council, Division of

Procurement, 100 Raoul Wallenberg Place, SW, Washington, DC

20024-2150

SUBJECT: S--TRASH REMOVAL AND RECYCLING SERVICES

SOL 9531-01-R-0013

POC Allen Harvell, Contracting Officer, 202-314-7855

DESC: The point of contact for this solicitation is Allen Harvell,

202/314-7855. Solicitation number is hereby corrected to read

9531-01-R-0013.

CITE: (W-192 SN50R561)

 

Part: U.S. Government Procurements

Subpart: Services

Classcod: A--Research And Development

Offadd: U.S. Environmental Protection Agency , 26 W. Martin Luther

King Dr., Cincinnati, Oh 45268

Subject: A--Verification Of Municipal Solid Waste Decision Support

Tool Using Recent Agency Data

SOL EC1571

POC Kathleen Roe, phone: 513-487-2144, fax: 513-487-2109

DESC: The U.S. EPA, National Risk Management Research Laboratory

intends to negotiate on a sole source basis with EcoData for

the procurement of Verification of Municipal Solid Waste Decision

Support Tool Using Recent Agency Data. EPA source research

indicates Ecodata is uniquely qualified to provide these services.

The worked needed for this effort requires (1) extensive knowledge

of the Multi-Family Recycling Study; (2) easy access to operational

and cost data on residential, commercial, and multi-family

sectors, (3) familiarity with the "WARM" model and the municipal

solid waste decision support tool; (4) extensive knowledge

of U.S. solid waste management practices and those activities

that drive GHG emissions and costs. EcoData is know to have

most extensive database on commercial, residential and multi-family

sectors. To ensure continuity of data and data integrity, EPA

requires access to existing data currently owned by EcoData.

In addition, EPA requires data collected in the development

of the EPA report, "Multi-Family Recycling Study" and the expertise

of the author, B. Stevens of EcoData. Any firm believing itself

capable of meeting EPA requirements may submit technical documentation

to establish the potential of complying with the statement

of work. Such documentation must be submitted to the POC within

15 days of electronic posting of this notice. A determination

not to compete the proposed purchase order based upon responses

to this notice is solely within the discretion of the Government.

Information received will normally be considered solely for

the purpose of determining whether to conduct a competitive

procurement or to proceed on a sole source basis. This acquisition

is being processed under FAR Part 13, Simplified Acquisition

Procedures. The anticipated award date is mid July. See Numbered

Note 26.

LINKURL: This procurement will not appear on the web site.

EMAILADD: roe.kathleen@epa.gov

 

PART: SALE OF SURPLUS PROPERTY

OFFADD: Defense Logistics Agency, Defense Reutilization and Marketing

Service, National Sales Office, 74 Washington Avenue North,

Battle Creek, Michigan 49017-3094

SUBJECT: SALE 31-1629 FERROUS, NON-FERROUS AND NON-METALLIC SCRAP

DUE 071801

POC Greg Ortiz, Sales Contracting Officer, 1-616-961-7558

DESC: Sale 31-1629 This sale includes: cardboard, iron and steel

scrap, irony aluminum, mixed metals scrap, rubber, stainless

steel, light and heavy steel scrap, used furniture and other

miscellaneous scrap items.

LINKURL: http://www.drms.com/catalog/pdf/31-1629.pdf

LINKDESC: Defense Reutilization and Marketing Service, National

Sales Office, Sale Catalog

EMAILADD: s9d3751@mail.drms.dla.mil

EMAILDESC: Greg Ortiz

 

PART: SALE OF SURPLUS PROPERTY

OFFADD: Defense Logistics Agency, Defense Reutilization and Marketing

Service, National Sales Office, 74 Washington Avenue North,

Battle Creek, Michigan 49017-3094

SUBJECT: SALE 31-1630 FERROUS, NON-FERROUS, NON-METALLIC AND

MISCELLANEOUS SCRAP

DUE 071901

POC Shirley Brooks, Sales Contracting Officer, 1-616-961-7382

DESC: Sale 31-1630 This sale includes: aluminum, brass, cast

iron, copper, irony aluminum, stainless steel, steel-light

and heavy, textile scrap, vehicles, wrecked aircraft and other

miscellaneous scrap.

LINKURL: http://www.drms.com/catlaog/pdf/31-1630.pdf

LINKDESC: Defense Reutilization and Marketing Service, National

Sales Office, Sale Catalog

EMAILADD: s9d3787@mail.drms.dla.mil

EMAILDESC: Shirley Brooks

 

PART: SALE OF SURPLUS PROPERTY

OFFADD: Defense Logistics Agency, Defense Reutilization & Marketing

Service, National Sales Office, 74 Washington Avenue North,

Battle Creek, MI 49017-3094

SUBJECT: SALE 31-1632 TERM SALE OF FERROUS SCRAP

DUE 080801

POC Greg Ortiz, Sales Contracting Officer, 1-616-961-7558

DESC: Sale 31-1632 This sale includes heavy unprepared iron and

steel scrap and other miscellaneous items.

LINKURL: http://www.drms.com/catalog/pdf/31-1632.pdf

LINKDESC: Defense Reutilization and Marketing Service, National

Sales Office, Sale Catalog

EMAILADD: s9d3751@mail.drms.dla.mil

EMAILDESC: Greg Ortiz

 

PART: U.S. GOVERNMENT PROCUREMENTS

SUBPART: SERVICES

CLASSCOD: F--Natural Resources and Conservation Services

OFFADD: Defense Reutilization and Marketing Service, DRMS-POB,

74 Washington Avenue North, Battle Creek, MI 49017-3092

SUBJECT: F--DISPOSAL SERVICES AND OPERATIONAL SUPPORT

SOL SP4410-01-R-4004

DUE 082401

POC Ms. Jo R. Spight, Contract Specialist, DRMS-POB, (616) 961-7170,

FAX (616) 961-4474

DESC: Service contract for all work associated with the demanufacturing

of electronic scrap, the disposal of any hazardous components,

the destruction of all electronic scrap to ensure demilitarization,

recovery of precious metals, disposal of solid waste, and sale

of usable and recyclable property located within the continental

U.S. (CONUS). This solicitation will only be issued on the

world wide web (WWW). The website address is HTTP://WWW.DRMS.DLA.MIL .

Anticipated date of issue for the solicitation is on or about

7/09/01 and the approximate closing date is on or about 8/24/01.

The contract will be a 100 per cent small business set-aside,

firm-fixed price indefinite quantities contract for a period

of eighteen (18) months and three, 12-months options. The Government

anticipates multiple awards. Performance will be requested

on competed task orders issued against the basic contract.

Special requirements: Prospective contractors or sub-contractors

must comply with all Federal, State and local laws, ordinances

and regulations governing handling, transportation and disposal

of hazardous materials and environmental protection.

LINKURL: http://www.drms.dla.mil

LINKDESC: www.drms.dla.mil

EMAILADD: jspight@mail.drms.dla.mil

EMAILDESC: jspight@mail.drms.dla.mil