Requests for Proposal (RFPs) for the Week

A wide range of projects are on the docket this week, including handling paper, metal, and municipally generated material.

Paper/Cardboard and Metal Recycling Services

 

Document Type:  Presolicitation Notice

Solicitation Number: N66001-04-R-0050

Set Aside: Total Small Business

Contracting Office Address: 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001

Description: The Department of the Navy, Space and Naval Warfare Systems Center - San Diego (SSCSD) intends to issue a solicitation to provide Paper/Cardboard and Scrap Metal Recycling Services.    

Please note that it is anticipated that the solicitation will be structured so as to allow for offerors to propose on either the paper/cardboard recycling requirement, the scrap metal recycling requirement or both requirements.    

It is anticipated that this requirement will be solicited as a competitive, small business set-aside for a Firm-Fixed-Price contract for a total five-year period of performance, consisting of one (1) base year and four (4) one-year option periods.    

The applicable North American Industry Classification System (NAICS) Code is 562111, Recyclable Material Hauling, Local.    

The size standard for this code is $10.5M in annual sales. Responses to this synopsis will not be accepted.    

NO SOLICITATION EXISTS AT THIS TIME.    

It is currently anticipated that Solicitation N66001-04-R-0050 regarding this requirement will be released on or about May 25, 2004.    

The solicitation and any subsequent amendments resulting from this announcement will be available to interested parties via the SPAWAR E-Commerce Central web site at http://e-commerce.spawar.navy.mil, under Business Opportunities, SSC SAN DIEGO, "Open     Solicitations".    

The solicitation will only be available electronically at this web site.    

Hard copies of the solicitation will not be available.    

It is the responsibility of interested parties to periodically monitor the SPAWAR E-Commerce page for updates and new listings.    

A bidders mailing list will not be established; however, the SPAWAR E-Commerce page does establish a record of interested parties, which may be accessed at the site.

Original Point of Contact

Point of Contact - Jennifer T McKamey, Contract Specialist, 619-553-5199; Charmaine L Joworski, Contracting Officer, 619-553-4536

Email your questions to Contract Specialist at jennifer.mckamey@navy.mil.

 

Recycling Collection Containers and Waste Receptacles

 

Document Type:  Award Notice

Solicitation Number: 7FCM-C4-03-0073-B.FSG72

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: Contract Award Date: May 12, 2004

Contract Award Number: GS-07F-5779P

Contract Award Amount: $125,000

Contract Line Item Number: SIN 384-2, 384-9, & 99

Contractor: Petoskey Plastics, Incorporated 4226 US 31 Highway South Petoskey, MI 49770-9723

 

Recovering and Recycling of Tritium Items (Environmental Services

 

Document Type:  Presolicitation Notice

Solicitation Number: FA8601-04-R-0034

Set Aside: Total Small Business

Contracting Office Address

1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309

Description: The Operational Contracting Branch (88 ABW/PKD)  will issue soliciation FA8601-04-R-0034 on or about 28 May 2004 for environmental services to recover and recycle any tritium items managed by the 88th ABW Directorate of Environmental Management.  Environmental services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover the recycle any of the following: emergency indicators (lighting), compasses and watches.

The Operational Contracting Branch (88 ABW/PKD)  will issue soliciation FA4601-04-R-0034 on or about 28 May 2004 for environmental services to recover and recycle any tritium items managed by the 88th ABW Directorate of Environmental Management.  Environmental services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover the recycle any of the following: emergency indicators (lighting), compasses and watches.

Period of Performance is estimated to be 1 Oct 04 through 30 Sep 05.  This contract includes provision for four one-year option periods.  This acquisition is a 100% Small business set-aside.  The North American Industry Classification System (NAICs) code for this acquisition is 562211, Size Standard $10M. 

A small business is independently owned and operated, is not dominant in the field of environmental services in which it is proposing on Air Force contracts and with its affiliates; and annual receipts do not exceed $10M.  The Request for Proposal (RFP) and  Performance of Work Statement (PWS) will be posted on the ASC PreAward Information Exchange System (PIXS) web site (http://www.pixs.wpafb.af.mil) on or about 28 May 2004. 

All responsible small business sources may submit a proposal and shall be considered. 

Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998.  CCR can be contacted telephone 1-888-CCR-2423, Fax 1-703-696-0213 or their website http:// ccr2000.com. 

Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, woman-owned small business, 8(a), or HUB Zone.  All interested firms shall submit information demonstrating their abilities to perform any or all of the work herein described.  The Air Force expects to award a small business set aside. 

Small business offerors should provide a statement about their capabilities package.  Each respondent is further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.

The Air Force intends, with-or-without discussions, to award a contract based on responses to the RFP.  The Air Force does not intend to pay for information solicited.  Each offeror should not construe this presolicitation as a commitment by the Air Force other than to provide tentative dates for issuing the RFP (NLT 28 May 04), opening of proposals (NLT 30 Jun 04), and contract award (NLT 30 Sep 04).

Original Point of Contact: William G. Callaway,(937)257-6478 x4392. Email your questions to william.callaway2@wpafb.af.mil.

 

Refuse Collection and Disposal at Fort Hunter Liggett, CA

Document Type:  Special Notice

Solicitation Number: USA-SNOTE-040510-003

Naics Code: 562111 -- Solid Waste Collection

Contracting Office Address

ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153

Description: Notice of Intent: The Directorate of Contracting, Fort McCoy, WI intends to award The Refuse Collection and Disposal at Fort Hunter Liggett sole source to USA Waste of CA, DBA Carmel Marina Corp, Castroville, CA.    

These services are covered by an exclusive franchise agreement covering a fifteen-year period (1 NOV 1995 through 31 OCT 201 0) between and the County of Monterey for the collection, transportation, recycling, and disposal of solid waste.    

The basis for limiting competition is the limit placed on availability of eligible sources by the Resource Conservation and Recovery Act (RCR A) as interpreted by GAO and the 1988 Circuit Court of Appeals. The court held that the Army and Navy were to comply with the County of Monterey regulation requiring the use of the service provider under exclusive franchise with the county.    

Therefore, this requirement will not be competed.

Email your questions to ACA, Fort McCoy at karen.johnson@emh2.mccoy.army.mil