Recycle Trailers, For Recycling Cardboard.
Document Type: Combine Solicitation
Solicitation Number: W9127Q-04-T-0054
Classification Code: 23 -- Ground effects vehicles, motor vehicles, trailers & cycles
Set Aside: Total Small Business
Naics Code: 336212 -- Truck Trailer Manufacturing
Contracting Office Address: USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
Description: 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. Recycle Trailers, for recycling cardboard. Item 1 is a 6.5 foot x 16 foot Trailer w/4 gauge wire around 52 inches high, treated Wood flooring w/dual axle, 2 inch ball hitch. Item 2 is a 5 foot x 8 foot long, single axle trailer w/4 gauge wire, 52 inches high), Treated Wood flooring. 2 inch ball hitch.
Original Point of Contact: jwinfield, 601-313-1565. Email your questions to USPFO for Mississippi at jerri.winfield@ms.ngb.army.mil.
Intent To Negotiate Sole Source Contract For Solid Waste Disposal Services From Stehekin; North Cascades NPS Complex, Washington State.
Document Type: Presolicitation Notice
Solicitation Number: N9473053001
Contracting Office Address: PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
Description: In accordance with FAR Parts 5.2 and 6.302-1(b)(3), this notice advertises the government's intent to negotiate and award a sole source contract for solid waste disposal services.
Solid waste and recyclable materials generated in the Stehekin valley must be barged to Chelan for disposal.
The Washington Utilities and Transportation Commission regulates solid waste collection companies in the state as franchise territories.
At this time, Tom Courtney, DBA Stehekin Maintenance and Machinery, holds the certificate of public convenience and necessity for Stehekin, WA. We intend to negotiate a contract for a base year plus four option years, for a total contract period of up to five years (October 1, 2004 - September 30, 2009).
Refer to Numbered Note 22 for more information. Comments and questions regarding this sole source procurement may be directed to Sarah Welch, Administrative Contracting Officer, at sarah_welch@nps.gov.
Include your business name, qualifications, and point of contact.
All comments received before July 23, 2004, will be considered.
Original Point of Contact: Sarah J. Welch Contract Specialist 360873459011 Sarah_Welch@nps.gov; Mike Miles Foreman/COR 3608565700340 Mike_Miles@nps.gov.
Recycling Collection Containers and Waste Receptacles
Document Type: Presolicitation Notice
Solicitation Number: 7FCM-C4-03-0073-B.FSG72
Classification Code: 72 -- Household & commercial furnishings & appliances
Naics Code: 326199 -- All Other Plastics Product Manufacturing
Contracting Office Address: General Services Administration, Federal Supply Service (FSS), General Products Center (7FX), 819 Taylor Street Room 6A24, Fort Worth, TX, 76102
Description: GSA Multiple award schedule (MAS) solicitation. The General Products Acquisition Center, Fort Worth, TX, is issuing a refreshed solicitation for the Core Business Line (CBL) for Schedule 073, Food Service, Hospitality, Cleaning Equipment and Supplies, Chemicals, and Services. The solicitation number is 7FCM-C4-03-0073-B, and is effective 7/07/04.
This solicitation includes the following product/services: FSC Group 68: Chemicals and Chemical Products (Attachment 1); FSC Group 72: Recycling Collection Containers and Waste Receptacles (Attachment 2); FSC Group 73: Food Service Equipment, Supplies, and Services (Attachment 3); FSC Group 79: Cleaning Equipment, Accessories, Janitorial Supplies, Cleaning Chemicals, and Sorbents (Attachment 4); and FSC Group 85: Toiletries, Personal Care Items, Linens, and Lodging and Hospitality Supplies and Services, and Hospitality Wear (Attachment 5). This solicitation is issued electronically only. Interested parties may access the solicitation at: http://www.fedbizopps.gov.
This site provides instructions for downloading the solicitation files. Search using Solicitation Number 7FCM-C4-03-0073-B (include the dashes). Clause G-FSS-920 "Ordering Procedures for Services (Requiring a Statement of Work) (MAR 2003) is deleted in its entirety from this solicitation.
However the requirement still exists, see FAR 8.4 for current schedule ordering procedures.
For information regarding the solicitation, please see the synopsis posted for Solicitation Number 7FCM-C4-03-0073-B.
Please note D&B open ratings reports are now required to be provided with each offer.
Beginning August 7, 2004 only refresh 4 offers containing D&B Open Ratings Report will be accepted
Original Point of Contact: Francis Wilson, Contract Specialist, Phone 817-978-4542, Fax 817-978-8739, Email frank.wilson@gsa.gov.
Refuse Collection And Disposal Services
Document Type: Sources Sought Notice
Solicitation Number: NNJ04072062R
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: JSC White Sands Test Facility, Mail Code RE, P.O. 20, Las Cruces, NM 88004-0020
Description: NASA/JSC White Sands Test Facility is hereby soliciting information about potential sources for refuse collection and disposal services at four Southern New Mexico locations that presently include (1) NASA White Sands Test Facility (WSTF), (2) White Sands Ground Terminal (WSGT), (3) Second TDRSS Ground Terminal (STGT) and (4) the Air Force Communications Support Facility (AFCSF). This requirement includes furnishing and maintaining approximately 53-refuse containers within an approximate 5-mile radius of the WSTF Entrance located at 12600 NASA Road, Dona Ana County, Las Cruces 88012.
The refuse containers number approximately 48 (forty-eight) 3.5-cubic yard for primarily office, paper, and cardboard waste and approximately 5 (five) 30-or 40-cubic yard containers for general construction waste.
Refuse shall be collected, transported, and disposed properly in an approved landfill or recycling center.
Periodic cleaning, disinfection, and pest control of containers and reporting and tabulating of refuse weight and pick-up calls will also be required.
Offerers must be duly licensed to perform business in NM and all personnel executing the requirements of this service within the NASA and Air Force locations must be U.S. Citizens. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service.
It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis. Capability Statement shall be provided in 4 copies and address relevant experience and past performance as it relates to this requirement to include capability to perform the required work.
Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, Veteran-owned and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed (minimum of 3 projects that are similar in scope to this requirement), contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). All positive and negative comments, criticism and ratings, as well as awards received for these projects shall be addressed. Past performance information consists of two general areas of data, (i) General Business Background and (ii) Specific performance information. For General Business Background the following should be addressed: name of business/division; form of legal organization and year established; principal officers and organizational chart; potential, on-going or completed litigation; and Government findings or sanctions at any level. For specific performance information provide a listing of all state, local, federal or commercial contracts for the same or similar nature currently ongoing, performed or completed during the last five years. Contract information should include the contract number, date, agency, point of contact and phone number, dollar value (both at time of award and as of last modification), contract type, location, period of performance or scheduled delivery dates, description of scope of work, current status of performance; description of actual/potential litigation, and list of key subcontractors. Technical questions should be directed to: John Villegas at john.j.villegas@nasa.gov Procurement related questions should be directed to: Michal Malik at michal.k.malik1@wstf.nasa.gov Please be advised that the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
All responses shall be submitted to Michal K. Malik no later than 08/09/2004. Please reference NNJ04072062R in any response.
Original Point of Contact: Michal K. Malik, Contract Specialist, Phone (505) 524-5220, Fax (505) 524-5130, Email michal.k.malik1@wstf.nasa.gov - Valerie A. Marburger, Contracting Officer, Phone (505) 524-5139, Fax (505) 524-5130, Email valerie.a.marburger-1@nasa.gov.
Refuse and Recycling Collection and Disposal Services
Document Type: Presolicitation Notice
Solicitation Number: HSCG84-04-Q-AA7078
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
Description: The U.S. Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring Refuse and Recycling Collection and Disposal Services, in which the contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to perform these services at the USCG Integrated Support Command (ISC) Miami, Miami Beach, FL; at the USCG Civil Engineering Unit (CEU) Miami, Miami, FL; and, at the USCG Air Station (AS) Miami, Opa Locka, FL for a base plus four option years, not to exceed 60 months, if exercised by the Government, beginning 1 October 2004 through 30 September 2005.
The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Test Program for Certain Commercial Items. This procurement is solicited ‘unrestricted’ in accordance with FAR Subpart 6.1, Full and Open Competition.
A Price Evaluation Preference will be given to quotes from HUBZone Small Business Concerns by adding a 10 percent factor to all applicable quotes in accordance with FAR Subpart 19.1307; and, a Price Evaluation Adjustment will be given to quotes from Small Disadvantaged Business (SDB) Concerns by adding a 10 percent factor to all applicable quotes in accordance with FAR Subpart 19.11. A Firm-Fixed Price type service contract will be awarded.
The applicable NAICS Code is 562111 (Solid Waste Collection) with a Small Business Size Standard of $10.5 million.
For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/regulations/121/. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423.
Any correspondence concerning this acquisition shall reference the following solicitation number: Request for Quotation (RFQ) HSCG84-04-Q-AA7078.
The solicitation, and any subsequent amendments, will be available electronically on the MLCLANT Internet Web site http://www.uscg.mil/mlclant/fdiv/fdiv.html on or about 7 July 2004 with a closing date for receipt of quotes by 22 July 2004.
No paper copies of the solicitation and/or amendments will be distributed.
All vendors will be responsible for obtaining the solicitation and any subsequent amendments from that site. If you have any questions, you may contact Ms. Maria Negron at (757) 628-4113 or via e-mail at mnegron@mlca.uscg.mil or via facsimile at (757) 628-4134/4135.
Original Point of Contact: Maria Negron, Contract Specialist, Phone 757-628-4113, Fax 757-628-4134/4135, Email MNegron@mlca.uscg.mil - Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134, Email jthorne@mlca.uscg.mil.
Scrap Metal Compacting/Processing Equipment
Document Type: Sources Sought Notice
Solicitation Number: F04PB13027
Classification Code: W -- Lease or Rental of equipment
Naics Code: 532490 -- Other Commercial and Industrial Machinery and Equipment Rental and Leasing
Contracting Office Address: Department of Energy, Fluor Fernald, Inc. (DOE Contractor), Fernald Environmental Management Project, 7400 Willey Road, Hamilton, OH, 45013
Description: Located 18 miles Northwest of Cincinnati Ohio, Fluor Fernald is seeking scrap metal compacting/processing companies with equipment, experiences, and interest to provide on-site service of compacting up to 20,000 bulk cubic yards of mixed steel debris from building D&D, 100 intact ISO containers, 150 intact roll off boxes, and 300 intact steel pallets in order to achieve maximum volume reduction before final disposal in an on-site disposal landfill.
The type of compaction equipment to be utilized should have at least 1000 tons of hydraulic capacity and can process at least 50 bulk cubic yards of material per hour including loading, compaction, and unloading.
The compacted material will have dimensions up to 10 inches in length, 4 inches in width, 1.5 inches in thickness, and gross density over 150 lb per cubic foot. The duration of performance is expected to start in August 2004 and complete by December 2004.
Original Point of Contact: William Hensley, Procurement Manager, Phone 513-648-4478, Fax 513-648-5235, Email william_hensley@fernald.gov.
Get curated news on YOUR industry.
Enter your email to receive our newsletters.
Latest from Recycling Today
- Smurfit Westrock publishes first sustainability report
- Novelis partners with Meadow
- Ineos Olefins & Polymers Europe receives first deliveries of pyrolysis oil made from recycled plastic
- Energy Drive secures $27M investment
- ICM accepting registrations for Shanghai events
- Pixelle to idle Ohio paper mill
- McKinsey: Recyclability equates to sustainability for US residents
- GM assigns vehicle assembly work to 3 US plants