Requests for Proposal (RFPs) for the Week

Several projects are highlighted in this week's list.

Refuse and Recycling Services for Schriever AFB, CO

 

Solicitation Number: FA2550-05-R-1000

 

Naics Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: Department of the Air Force, Air Force Space Command, 50 Contracting Squadron, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116

 

Description: The 50th Contracting Squadron at Schriever AFB, CO is providing this notification to announce the projected solicitation release date on or around 25 June 2004 for Refuse and Recycle Services at Schriever AFB, CO.    

 

The requirements include, but are not limited to, approximately 30 - 3 cubic yard containers, 1 - 6 cubic yard container, 2 - 30 cubic yard containers and 1 - 40 cubic yard container for refuse and 27 - 3 cubic yard containers for recycling.    

 

This requirement is for the period 1 October 2004 through 30 September 2005, with four one-year option periods.    

 

This procurement has a Standard Industrial Classification (SIC) Code of 4212 with a size standard of $10.5M and a North American Industry Classification System (NAICS) Code of 562111.    

 

Offerors will be required to submit past performance information and price proposals for evaluation purposes.    

 

The solicitation package, PWS-QASP, Wage Determination, and SF 1449 will be available on or around 25 June 2004 on the Electronic Posting System (EPS) at www.eps.gov.    

 

All base and route maps will need to be requested in writing to Gwendolyn Miller.    

 

A hard copy of the entire package will be available for review at 50 CONS, Schriever AFB CO.    

 

Review requests must be scheduled prior to review.    

 

Proposals are scheduled to be due NLT 1200 MST 23 July 2004 at a location identified on the RFP SF 1449 Block 15.    

 

The Government contemplates using full and open competition and the award of a firm-fixed-priced contract as a result of this solicitation.    

 

For more information please contact the contract specialist, Gwendolyn Miller at (719) 567-4090 or by e-mail at gwendolyn.miller@schriever.af.mil.

 

To view the solicitation click on the following link -- http://216.35.173.248/EPSData/USAF/Synopses/887/FA2550-05-R-1000/RefuseSolicitation.pdf

 

 

 

Highway 50 Cabin Demolition 2004

 

Solicitation Number: RFQ-IBET-03-04-145

 

Naics Code: 238910 -- Site Preparation Contractors

 

Contracting Office Address: Department of Agriculture, Forest Service, R-5 IBET Province, Eldorado N.F., 100 Forni Road, Placerville, CA, 95667

 

Description: The intent of this solicitation is to demolish and remove cabins, garages, out buildings, related structures, and associated improvements.    

 

There is No disposal site for this debris.    

 

Demolition debris is to be hauled off National Forest lands and disposed of and/or recycled at a State approved location.    

 

The government estimate is between $25,000 and $100,000.    

 

The project is located along Highway 50, from near Kyburz to near Phillips

 

There is a non-mandatory pre-bid meeting July 27th at 9 AM at the junction of US Highway 50 and 33 Milestone Tract sign.

 

The estimated start work date is early September 2004.    

 

Original Point of Contact: Kathryn Griffin, Contracting Officer, Phone 530 621-5295, Fax 530 621-5258, Email kgriffin@fs.fed.us - Carrol Jagger, Contracting Officer, Phone 530 621-5232, Fax 530 621-5258, Email cjagger@fs.fed.us.

 

For more info click on the following link -- http://www1.eps.gov/spg/USDA/FS/91U9/RFQ%2DIBET%2D03%2D04%2D145/Attachments.html.

 

 

 

 

 

Business Opportunities

 

Solicitation number : W911SD-04-R-0014

 

Title : S--Family Housing and public building Solid Waste and Recycling Collection, United States Military Academy, West Point NY 10996. This solicitation will not be available until on or about June 18, 2004 and will only be available electronically.

 

Click on the following link to access the solicitation -- https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911SD04R0014

 

 

 

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 feet in length, 4 feet in width, 1.5 feet 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.

 

New U.S. Courthouse, Richmond, Virginia

 

Solicitation Number: GS-03P-04-DXC-0020

 

Offerors are to submit Step Two (2) Technical and Price Proposals in accordance with Step 2 of the submission process as outlined in the Request for Proposal.  Offerors are to submit one (1) original and twelve (12) copies of their Step Two (2) Technical and Price Proposals as outlined in the RFP.  Offers will be evaluated using Source Selection Procedure/Greatest Value method outlined in Volume I (entitled Technical Request for Proposals) of the solicitation package based on the following Step Two (2) evaluation factors: 5) Project Schedule, 6) Small Disadvantage Business Participation, 7) Interviews - including question and answer session from the Government, and 8) Cost Savings Suggestions/Alternatives.  Offers are to provide their proposed price along with a full cost breakdown by division in a separate package from your Step Two (2) Technical Proposal.  It should be noted that the Step Two (2) evaluation factors are listed in decreasing order of importance with Project Schedule and Small Disadvantage Business Participation both being equally important, Interviews - including question and answer session from the Government being less important than factors 5 and 6, and Cost Savings Suggestions/Alternatives which is the least important than factors 5 thru 7.  A Pre-Proposal Conference for the submission of Step Two (2) Technical Proposals and Price Proposals will be held on August 4, 2004 at 11:00 AM.  A Subcontractor Networking session will be held directly after the 11:00 AM conference which is scheduled for 1:00 PM.  This Subcontractor Networking session is mandatory for all general contractors participating in the Step Two (2) process.  Both conferences will be held at the Library of Virginia, 800 East Broad Street, (Lecture Hall), Richmond, Virginia 23219.  A second Pre-Proposal Conference (Side-Plate) will be held on August 5, 2004 at 10:00 AM at the Richmond Federal Building, 400 North 8th Street, 4th Floor, Richmond, Virginia for steel fabricators and suppliers.

 

The purpose of these conferences is to discuss the general and technical requirements so that offerors can ascertain the general conditions of the procurement that could materially affect your Step Two (2) technical and price proposal submission.  Although extensive technical information has been provided in the plans and specifications, the main purpose of these conferences is still to address any questions or concerns you may have regarding the plans and specifications as well as go over the proposal forms required to be submitted with your submission.  GSA will endeavor to answer as many of your questions as possible, however any question requiring further review that may impact your technical and/or price proposal will be addressed and issued in a future Amendment to the solicitation.

 

We consider attendance at this conference vital to the preparation of your Step Two (2) technical as well as your price proposal submission.  It is again emphasized that it is most advantageous for each offeror to have qualified representation at the Pre-Proposal Conference.  Contractors are requested to notify Ms. Melinda Richardson at the General Services Administration, The Strawbridge's Building, 20 North (8th) Street, 9th Floor, Philadelphia, Pa 19107-3191, Telephone 215-446-4539, Fax 215-209-0517 in writing with the names of persons who will attend the conference.  Notification is to be made as soon as possible.

 

The RFP package will include a full set of drawings and specifications for offers to prepare their price proposal for the subject project.  The conference will be followed by a walk-through of the proposed construction site.  Please call Ms. Melinda Richardson at (215) 446-4539 or Fax at (215) 446-0517 to confirm your attendance.

 

Step Two (2) volumes of the solicitation, including all documents related to this procurement will be available for purchase on July 21, 2004 from Advanced Printing and Graphics, Westland Shopping Center, 8081 “A” West Broad Street, Richmond, Virginia 23294, point of contacts, Karl or Ann Wiesenburg, Telephone Number (804) 346-9095.  Documents related to this procurement will not be available from the Internet, other than FedBizOpps announcements.  The solicitation will consist of four (4) volumes.  Volumes I, II and III constitutes the specifications and drawing for the Request for Proposal (RFP).  Volume IV will include the bid/offer forms which will be required to executed completely and provided with your Price Proposal submission.  Volume IV will be issued directly from GSA to each participating firm within a reasonable time after issuance of volumes I, II and III. 

 

Check the FedBizOpps for additional information for issuance of Volumes I, II, and III.  All volumes will be available for purchase from Advanced Printing and Graphics.  Interested parties may request copies of these documents from Advanced Printing and Graphics by completing the "Document Security" form at the end of this notice, and Faxing their request to (804) 346-9348, Attention: Karl or Ann Wiesenburg.  It is the offeror’s responsibility to monitor the FedBizOpps for any releases of the solicitation and any amendments. Offerors are also responsible for downloading their own copy of issued amendments from the FedBizOpps accessible from the following website: http://www.fedbizopps.gov.  

 

 

 

Document Security - Notice To Prospective Bidders/Offerors:

 

This solicitation includes Sensitive but Unclassified (SBU) building information.  SBU documents provided under this solicitation are intended for use by authorized users only.  In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation.

 

1.            Limiting dissemination to authorized users.  Dissemination of information shall only be made upon determination that the recipient is authorized to receive it.  The criterion to determine authorization is need-to-know.  Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA.  This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.

 

NOTE:  It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records or recipients.

 

Authorized users shall provide identification as set forth below:

 

            Valid identification for non-Government users.  Authorized non-Government users shall provide valid identification to receive SBU building information.  The identification shall be presented and verified for each dissemination.  Valid identification shall be all items (a) through (c), below, and including item (d), as necessary.

 

(a)       A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business.  The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company.  The business must be of the type required to do the work.  A general contractor's license may be substituted for the business license in states that issue such licenses.  In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and  

 

(b)            Verification of a valid DUNS Number against the company name listed on the business license or certifications.  Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and

 

(c)        A Valid IRS Tax ID Number of the company requesting the information; and, as necessary,

 

(d)       A Valid picture state driver's license shall be required of person(s) picking up SBU documents.  Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents.  SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) though (c), above.

 

2.            Retaining and destroying documents.  The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary.  Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention.  Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work).  Destruction shall be done by burning or shredding hardcopy, and/'or physically destroying CD's, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software.

 

3.         Term of Effectiveness.  The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government.  Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention.

 

4.            Written agreement of disposal.   For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor's record copy, at the time of Release of Claims to obtain final payment.  Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work).  Destruction shall be done by burning, or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software.

 

The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation.

No more results found.
No more results found.