Refuse-Recycling Collection Services
Document Type: Combine Solicitation
Solicitation Number: FA6633-04-Q0002
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, MN, 55450-2100
Description: 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; proposals are being requested and a written solicitation will not be issued.
I. The solicitation number is: FA6633-04-Q0002 and is issued as a Request for Quotation.
II. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-21, 26 March 2004.
III. This acquisition is pursuant to FAR 19.10, Small Business Competitiveness Demonstration Program, therefore will be solicited on an unrestricted basis. The North American Industry Classification System (NAICS) is 562111 (Solid Waste Collection) and the small business size standard is $10.5 Million.
IV. Performance period to be One Basic Year (01 May 2004 thru 31 April 2005) with Two Option Year Periods (01 May 2005 thru 31 Apr 2006, and 01 May 2006 thru 31 Apr 2007). Furnish all labor, equipment, management, supervision, personnel, containers and all other necessary materials to provide Solid Waste and Recycling Collection & Disposal for the 934th Airlift Wing, Air Force Reserve (AFRC) Minneapolis ARS (Area N), and in three other areas adjacent to the Minneapolis-St Paul International Airport (a map can be obtained by request showing location areas N, D, A and B). Work shall include, but not be limited to, solid waste collection, recyclable paper-cardboard-sawdust collection, co-mingled recyclable collection and disposal services as follows:
0001 Solid Waste. Minimum requirements are to provide containers and facilitate the efficient removal from approx. 25 buildings, at least three of which are in separate geographical locations surrounding the Minneapolis-St Paul IAP, see collection schedule.
Current estimated total monthly quantity: 24 tons-month (3 year avg. is approx. 36.45-ton-mo)
Bid either: Total per month: $ or Annual Cost: $ for the basic year, and two option years
0002 Paper-Cardboard-Sawdust Recyclables. Provide sufficient containers, capacity and collection frequency to facilitate the efficient removal of mixed paper, and cardboard from approximately 25 buildings, at least one of which is geographically separate from the installation, see collection schedule.
Current estimated total monthly quantity: 7 tons-month (3 year avg. is approx. 12.54-ton-mo)
Bid either: Total per month: $ or Annual Cost: $ for the basic year, and two option years.
0003 - Co-Mingled Recyclables (aluminum, glass, plastic). Minimum requirements are:
Provide sufficient containers, capacity and collection frequency to facilitate the efficient removal of co-mingled cans and bottles from approximately 15 buildings, at least one which of which is geographically separate from the installation, see collection schedule.
Current estimated total monthly quantity: 4 tons-month (3 year avg. is approx. 3.125 ton-mo)
Bid either: Total per month: $ or Annual Cost: $ for the basic year, and two option years.
0004 Weight reports. Awarded contractor shall be responsible for submitting accurate weight reports-receipts for all solid waste and recyclable materials for each station, and the monthly totals submitted to the contracting officer for quantity tracking purposes. Provide proposed method of quantity tracking in your technical capability statement (truck mounted weight scales are preferred).
V. A definitive collection schedule with exact current locations and desired pick up frequencies will be provided to the awarded contractor upon contract award.
VI.
All containers shall be leak proof, be serviceable, have lids, and have an acceptable painted exterior surface marked with its intended content.
If containers are wheeled, wheels must be lockable.
All Containers shall be cleaned, or replaced with clean containers at least annually with the exception of two (2) stations (where food is utilized), which are to be cleaned or replaced monthly.
Any containers identified as being contaminated upon pickup by the refuse driver will be identified to the Contracting Officer for a mutual resolution.
Installation Security is enforced, therefore a list of all refuse and recycle truck drivers (as well as any other contractor personnel requiring access) containing all drivers names and valid drivers license numbers must be provided for access, and remain updated.
In the event of unexpected world events, increased security requirements may be incorporated such as (but not limited to), trucks arriving at the installation empty for screening purposes, restricted access to the installation or specific locations, incorporating escorts for drivers during their routes, delays in allowing access, etc.
The contractor may be requested to move any or all containers at no additional cost to the government, with prior notification by the government and on normal service days.
Offerors: Please ensure you submit pricing for the option years as well as the basic year. Work shall be the same as the basic year, but for the option periods identified above, which may incorporate increases in wage rates or changes due to security purposes. In the event of any requested work outside the scope of the contract, costs shall be negotiated on an as needed basis and mutually agreed between the government and the contractor and potentially paid via a government credit card.
Contractor shall include all applicable environmental, land, dumping, and use fees or other miscellaneous charges in their cost proposal. The U.S. Government is tax exempt.
VI. Services shall be performed at the 934th Airlift Wing, Minneapolis-St. Paul ARS, Minneapolis MN in three locations.
Provisions 52.212-1, Instructions to Offerors’ Commercial Items is applicable.
The government will award a contract resulting from this solicitation to the responsible offeror whose 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: (a) Technical capability of services offered to meet Government requirements, to include weight reporting methodology, and past performance, and; (b) cost or price. Technical capability and past performance, when combined, are approximately equal to cost or price.
The government will evaluate offers for award purposes by adding the total price of the options to the total contract price for the basic requirement, and evaluate all capability statements and-or past performance information offered by contractors.
Offerors must meet or exceed all Federal, State, local and environmental laws of Minnesota.
The government may determine that an offer is unacceptable if the option price is significantly unbalanced or offer does not meet all requested proposal criteria. Evaluation of options shall not obligate the government to exercise the option.
VII. Offerors must submit a completed copy of provision 52.212-3, Offeror Representations and Certifications’ Commercial Items with its proposal as well as past performance and capability information, and proposed prices for all 3 years.
VIII.
Clause 52.212-4, Contract Terms and Conditions-Commercial Items and Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, DFARS Clauses 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and 252-204-7004, Required Central Contractor Registration (register at http://www.ccr.gov), are applicable to this acquisition as well as other minor clauses (complete list provided upon request).
In addition, Clauses 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, and 52.232-19, Availability of Funds for the Next Fiscal Year, apply to this acquisition.
The Service Contract Act of 1965, as amended, applies.
Wage Determination 94-2287, Revision 25, dated 24 Sep 2003 for Hennepin County MN will be incorporated into resultant contract and updated as necessary upon exercising of option years. All other Clauses and Provisions that may be applicable can be obtained via the Internet: http://farsite.hill.af.mil or http://www.arnet.gov/far.
IX. A Firm Fixed-Price contract will be awarded.
Signed and dated offers must be submitted to Operational Contracting Office, 934 CONF-LGC, 760 Military Hwy, Minneapolis, MN 55450-2100, ATTN: Cindy Murry on or before 2:00p.m, 16 April 2004.
Contact Cindy Murry, 612-713-1427; fax 612-713-1425, or email: CynthiaA.Murry@Minneapolis.af.mil for any further information or assistance. Facsimile offers are acceptable to 612-713-1425.
Janitorial Services
Document Type: Presolicitation Notice
Solicitation Number: GS-04P-04-RBC-0039
Naics Code: 561720 -- Janitorial Services
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Property Management Regional Procurement Office (4PM), 401 West Peachtree Street, NW, Atlanta, GA, 30308
Description: Mishae Grady is the contract specialist for this project so please direct all questions to her at (404)331-3116.
Arnetha Wiggs is the contracting officer for this project and she can be reached at (404) 331-3164.
Provide all management, supervision, labor, materials, supplies and equipment (except as otherwise provided), as well as plan, schedule and coordinate assuring full building performance of all custodial and related services for the Newnan Federal Building/Courthouse, Newnan, GA. Performance based janitorial services inclusive of snow removal, landscape and grounds maintenance, carpet cleaning and recycling.
This is a total small business competitive procurement.
NAICS code is 561720 with a size standard by the SBA of $12M.
The anticipated solicitation release date is on or about May 1, 2004 with an anticipated receipt of proposals not later than June 1, 2004.
A one-time pre-proposal site visit date will be scheduled and posted in the solicitation. All potential offerors are encouraged to attend.
The Period of Performance shall be from September 1, 2004 to August 31, 2005 and will include four (4) one-year option terms.
The contract shall be awarded using formal Source Selection procedures. The estimated cost range is between $45,000.00 and $55,000.00 per year. The incumbent contractor is Patriarch, Inc. The current monthly price is $3,166.87.
The solicitation and any documents related to this procurement will be available only over the Internet.
Interested parties may access the solicitation at http://www.fedbizopps/.
This site provides instructions for downloading the solicitation file.
Prospective offerors shall notify this office, either by electronic mail (mishae.grady@gsa.gov) or facsimile (404) 730-9722 of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments, if any.
Potential Offerors will be responsible for downloading their own copy of the solicitation and any amendments. All responsive offers from responsible sources shall be considered.
Original Point of Contact: Mishae Grady, Contract Specialist, Phone 404-331-3116, Fax 404-730-9722, Email mishae.grady@gsa.gov.
Recycling Project in St. Louis Missouri
Solicitation number : GS-06P-04-GXE-0028
To read more click on the following link:
RFP Bid
Development of Recycled Plastic Composite Disposable Pallets
Document Type: Presolicitation Notice
Solicitation Number: W15QKN-04-Q-0713
Classification Code: L -- Technical representative services
Contracting Office Address: US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000.
Description: The US Army TACOM-ARDEC intends to award on a Sole Source basis to Rutgers University/AMIPP a requirement for the developed cutting edge processing allowing immiscible polymers to be blended without the use of state of the art compatibilizers.
AMIPP holds the patent rights to the current technology, thus allowing great cost savings to the government in avoiding the redevelopment of IMPB (Immiscible Polymer Blend) technology. POC for this requirement is Cathy Kallistros, ckallis@pica.army.mil.
See Note 22.
Original Point of Contact: Cathy Kallistros, Contract Specialist, (973)724-3071
Email your questions to Cathy Kallistros at ckallis@pica.army.mil.
Additional Information: US Army Tacom -Picatinny Procurement Network
Disposal of Refrigeration Equipment at DRMO Oklahoma City, OK
General Information
Document Type: Combine Solicitation
Solicitation Number: SP4410-04-Q-7009
Classification Code: F -- Natural resources & conservation services
Set Aside: Total Small Business
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092.
Description: This requirement is for non-personal services to pickup, transport and dispose of scrap refrigeration equipment at DRMO Oklahoma City, OK.
See full description of services and solicitation at http://www.drms.dla.mil.
Select procurement, then select sp4410-04-q-7009.
Solicitation will be posted by close of business April 2, 2004.
Original Point of Contact: Susan Collins, Contract Specialist, Phone 269-961-7119, Fax 269-961-4474, Email Sue.Collins@dla.mil - Bernie Solovey, Contracting Officer, Phone 269-961-4246, Fax 269-961-4474, Email Bernie.Solovey@mail.drms.dla.mil.
Undergound Storage/Excavating
Document Type: Presolicitation Notice
Solicitation Number: RMS00040004
Set Aside: Total Small Business
Contracting Office Address: Bureau Of Indian Affairs, Branch of Contracts, 711 Stewards Ferry Pike, Suite 100, Nashville Tennessee 37214
Description: The Bureau of Indian Affairs is seeking potential contractors to contract potential supplies/services needed for the Removal and Disposal of 8 unregulated Heating/Fuel oil Undergound Storage (UST) Tanks from buildings/quarters and sampling of remaing soil in the hole where the UST is located to investigate the possibility of spills and leaks.
After removal of UST"s contractor shall perform excavation to level surrounding grounds.
This project will be a Firm Fixed Price contract.
Immunoassay field kits, vapor monitors or other field devices may be used to determine if further excavation is warranted.
When excavation is considered complete, a minimum of two laboratory confirmations samples will be taken to verify compliance of the remaining soil.
Groundwater is not expected to be encountered in the removal.
Remove and dispose one (1) 1000 gallon Above Ground Storage Tank (AST). Contaminated soil, if any, will be removed to the point that the remaining soil meets North Carolina State Guidelines. Excavate soil contamination from any spills or leaks from around storage tanks and replace contaminated soil in accordance with North Carolina State Regulation.
Any material that is unlabeled or if label is suspect will be will be treated as hazardous waste unless known or tested and found to be otherwise.
Remove and depose of debris in the yard area, this include but not limited to scrap metal, drums, unused storage tanks and other debris. The contractor shall inspect and certify the proper removals according to State and EPA regulations. The contractor shall provide certificates of removals, copy of transportation manifest for shipping of the material to a proper landfill, closure report that includes the results of testing for samples taken and the final quantities of material excavated, removed and disposed.
The location of the work to be preformed is on the Cherokee Reservation in Cherokee, North Carolina and the Government estimated cost for phase two is between $35,000 and $45,000.00. The Government intents to award a contract not later than June 2004. Contractor shall have the capability to inspect and certify by certificate for proper removal. The response received from this posting will be used to compile a list of potential sources for supplies/services.
In particular, the Government is seeking to identify qualified and licensed vendors that can perform the required work.
This is not a notice for request for quotes, request for proposal, or invitation for bid issuance.
This is not a solicitation for any type of requirement at all.
This posting's purpose is only to uncover potential sources when the government has the requirement.
The Government is in no way obligated to do business with or to enter into in any form of contract with any person, firm or other entity that receives this inquiry. The inquiry neither states or implies that future contracts will be awarded to persons, firms, or other entities responding to this inquiry. However, there may be possibility for future business if/when the Government has a need in response to/ removal of asbestos and storage tanks. All interested parties shall respond with their complete Vendor profiles via facsimile (615)467-1701 Attn Mr. Ken Lloyd or send by mail to the following address: Bureau of Indian Affairs ATTN Ken Lloyd, 711 Stewards Ferry Pike, Nashville, TN 37214
Original Point of Contact: Ken Lloyd, Contracting Officer , Phone No. 615-467-2950, Fax 615-467-1701.
USP Big Sandy - Solid Waste Removal Services
Document Type: Award Notice
Solicitation Number: RFQ11804-001-4
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
Description: Contract Award Date: Apr 02, 2004
Contract Award Number: DJB11804001
Contract Award Amount: $112,200.00 Estimated Maximum
Contract Line Item Number: Base Period
Contractor: Apple Valley Sanitation, Inc. PO Box 429 Hager Hill, Kentucky 41222
Solid Waste Removal and Disposal - FCI Otisville
Document Type: Presolicitation Notice
Solicitation Number: RFQ21103-016-4
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
Description: The Federal Bureau of Prisons, Field Acquisition Office in Grand Prairie, Texas intends to make a single award for the provision of solid waste removal and disposal services for the Federal Correctional Institution, Two Mile Drive, Otisville, NY 10963. The contract shall consist of a base year with four (4) twelve (12) month option periods for renewal. The estimated quantities for the base period and each option period are as follows: 1) Rental of (1) one each 30 yard open container with disposal approximately once each month; 2) Rental of (1) one each 30 yard compactor with disposal approximately once each week, and; 3) Supply (1) one each 10 yard container with disposal approximately three times per week. The solicitation will be made available on or about April 13, 2004 and will be distributed solely through the General Administrations Federal Business Opportunities website at http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The anticipated date for receipt of quotes is May 13, 2004. Anticipated date of award is June 13, 2004 with performance beginning on December 1, 2004. This solicitation is unrestricted. All responsible sources may submit a quote which will be considered. Faith-Based and Community-Based Organizations have the right to submit offers/bids equally with other organizations for contracts for which they are eligible.
Original Point of Contact
Doug Fear, Contract Specialist, Phone (972) 352-4530, Fax (972) 352-4545, Email rfear@bop.gov - John Wenkman, Section Chief, Atlantic, Phone (972) 352-4502, Fax (972) 352-4545, Email jwenkman@bop.gov
Place of Performance
Address: Federal Correctional Institution, Two Mile Drive, Otisville, NY 10963
Postal Code: 10963
Country: U.S.A.