Removal and Disposal of Scrap
Document Type: Combine Solicitation
Solicitation Number: SP441004Q7019
Classification Code: P -- Salvage services
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 for the removal, transportation and disposal/recycling of scrap at Andersen Air Force Base, Guam.
See full description of services and the solicitation at http://www.drms.dla.mil. Select "procurement." scroll down the page and select sp4410-04-q-7019.
The solicitation will be posted to the DRMS website on August 16, 2004.
Original Point of Contact: Karen Hammontree, Contract Specialist, Phone 269-961-7426, Fax 269-961-4474, Email Karen.Hammontree@dla.mil - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@dla.mil.
Janitorial Services
Document Type: Presolicitation Notice
Solicitation Number: RFP-OPPM-05-R-70
Set Aside: Total Small Business
Naics Code: 561720 -- Janitorial Services
Contracting Office Address: Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, DC, 20024
Description: The Department of Agriculture will require continued janitorial services at its Headquarters Complex located in downtown Washington, DC.
The complex is comprised of the following buildings: Jamie L. Whitten, South, and Cotton Annex; the Syndey R. Yates Building requires recycling services only.
The procurement is set aside for small businesses only.
The North American Industry Classification System is 561720 and the size standard is $14.0 million.
Award will cover a base year commencing date of award through September 30, 2005, with four 12-month renewal options.
The solicitation is expected to be available on or before October 1, 2004, and will close 30 days after issuance.
The solicitation will be available and distributed solely through the General Services Administration's Federal Business Opportunity web site at http://www.fedbizopps.gov/.
The site provides downloading instructions.
All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through the web site.
Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition.
The Government will evaluate proposals using source selection procedures with the intent to award a firm-fixed price contract to the responsible offeror whose proposal, conforms to the solicitation, as the "Best Value" to the Government.
The Government requires contractors to submit a price and technical proposal.
Each proposal shall contain the offeror's best technical proposal and best price. Offerors are advised that the government may make an award without discussions or any contact concerning the proposals received. All questions regarding the solicitation must be submitted in writing to the contracting officer via mail service, e-mail or fax.
Original Point of Contact: Vera Moreland, Contract Specialist, Phone (202) 690-4359, Fax (202) 720-9226, Email Vera.Moreland@usda.gov.
Disposal of Electrical Equipment and Oil at Coolidge Sub/Phoenix O&M Complex
Document Type: Combine Solicitation
Solicitation Number: DE-RQ65-04WG67484
Classification Code: F -- Natural resources & conservation services
Contracting Office Address: 12155 W. Alameda Parkway Lakewood, CO 80228-2802
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.
Solicitation DE-RQ65-04WG67484 is issued as a Request for Quotation.
Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19.
A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% small business set-aside.
The North American Industrial Code is 562112 and the business size standard is $10.5 Million. Commercial Specification removal, transportation and disposal/recycling of bushings, electrical equipment, waste and oil from Phoeniz O & M Complex and Coolidge Substation.
The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Customer Service Region requires removal, transportation, and disposal/recycling of bushings, electrical equipment, waste and oil from Phoenix O & M Complex and Coolidge Substation. FOB Destination to actual address will be given at award. Contractor shall commence work within 14 days after award of contract.
Work shall be completed within 30 days after work start date.
The following FAR clauses/provisions are applicable to this acquisition. FAR Clause/Provisions, 52.203-3, Gratuities, 52.212-1, Instructions to Offerors Commercial Items, 52.212-2, Evaluation Commercial items applies to this acquisition.
The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government considering price and price-related factors: Past performance and price.
Past performance and price are equal in value when evaluating the quotes.
Contractor shall submit with their offer, at least 3 references for past performance for the intention of offer evaluation.
Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications
Commercial Item.52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (incorporating FAR 52.222-3, Convict Labor; 52.233-3, Protest After Award, 52.219-8, Utilization of Small Business Concerns; 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31U.S.C 3332), 52.222-41,). If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award.
Written offers and the above required information are due August 27, 2004 by 12:00PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), Attn: G1521, Phoenix, AZ 85005-6457. Points of contact for information regarding this requirement are Ms. Enoe Marcum, 602-352-2422. Faxed responses may be addressed to Ms. Susan M. Ethridge, Contract Specialist or Catherine Castle, Contracting Officer (FAX 602-352-2483). All responsible sources may submit a quote, which will be considered by the agency.
Original Point of Contact: Catherine Castle, Contracting Officer, 602-352-2776, ccastle@wapa.gov; SUSAN ETHRIDGE, Contract Specialist, 6023522504, ETHRIDGE@wapa.gov.
Click here for additional information -- https://e-center.doe.gov/iips/busopor.nsf/UNID/9A225B273C07BE4385256EEF0074432C?OpenDocument
Trash Removal Solicitation Ifb 515-02-05
Specific Contract Requirements/Scope Of Work:
The Contractor will be required to remove all miscellaneous trash, non-edible garbage and other waste material, including recyclable materials from designated places and at the frequencies of pickup as specified on Exhibit 1. for the VA Medical Center located at 5500 Armstrong Rd, Battle Creek, Michigan.
1. Contractor shall be responsible for furnishing containers for all materials identified. Containers shall be maintained in good repair and freshly painted at the beginning of the contract period and option years. Recycled containers shall be furnished to provide security by a key locking mechanism, keys and padlocks to be provided and furnished by the contractor as needed. Contractor shall provide maintenance and repair of units.
2 Contractor to provide, maintain and empty an 8-yard Compactor, 3 times a week. A Roll-off Dumpster, 20 yards, will be maintained and emptied 3 times a month upon request.
3 All trash, garbage or other materials scattered by the Contractor on facility grounds are to is pickup by the Contractor for all areas serviced. Contractor will assume full responsibility for compliance with all Federal, State, City, and County laws, regulations, and rules governing the removal of waste. Contractor shall be responsible for removing all debris, fluids, and other materials from the inside and out side of the containers to prevent the breeding of flies, insects, and other vermin, to include spillage from the compactor as it is moved for dumping.
MEDICAL CENTER REQUIREMENTS
1. Hours of work will be performed Monday through Friday, excluding Federal Holidays, from 8am to 4:30pm. Collections will not be performed before 5am. If due to a Holiday a Contractor does not pick up the trash, the following day must be an arranged pick up day to prevent overflow from the dumpster. If in the opinion of the COTR, containers are in need of repair, the Contractor will be notified orally or in writing and must be complete corrective action within 5-10 days.
2. Collections must be made in Contractors containers, which must be fully enclosed (with a lid) vermin proof, leak proof, and fire retardant. Recyclable containers must be lockable and identified as recycling units.
3. All dumpsters must be placed on existing specified pads if possible.
4. a. Compactor for building 5 will be placed on dock area: between pickups this unit needs to be sanitized by steam cleaning and deodorizing
b. The Compactor will need immediate servicing if failure occurs, if correction cannot be made immediately a replacement will be needed.
5. Contractor shall remove all residue dirt and soil or other substances, which are the result of, or caused by the contractor’s work.
PERSONNEL QUALIFICATION AND REQUIREMENTS
1. Contractor employee(s) assigned to the performance of this contract shall be clearly distinguishable from VA employees. A name badge shall be worn to clearly identify company name and employee name.
2. Contractor shall comply with all federal, state, and local waste handling requirements relating to waste when hauling materials from the VA property to appropriate collection site of the waste hauler.
3. Contractor shall appoint a project manager who shall be responsible for performance of waste removal services. The project manager or designee shall be competent to supervise all aspects of waste removal services and shall be available on-site within 3 hours after notification when problems arise with contractor’s work or in the event that emergencies arise at the facility, which pertains to the contractor’s responsibilities or duties. The project manager shall, in the absence of the contractor, act for the contractor as contractor’s representative.
4. Contractor’s personnel shall be required to interrupt work at any time to avoid interference with patient care procedures and the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, and equipment.
RESIDENTIAL QUARTERS: The VA Medical Center in Battle Creek will furnish (2) 32 gallon containers for each Quarters residents which area the following areas: 16E, 16W, 17E, 17W, 18E, 18W, 19E, 19W, 20E, 20W, and 21. Contractor will empty these containers one time a week and place them back in their original places.
EMERGENCY PICK UPS: Infrequent emergency services may be required due to an overflow of waste or recycled materials from accumulations occurring between pickups.
ROLL-OFF PICK UP: When the 20 yard Roll-off needs emptying, the Contractor will be notified by phone. Contractor agrees to remove the entire accumulation of trash, non-edible garbage, and recycled materials at the monthly price quoted herein.
COORDINATION OF WORK:
Designation of COTR is Kathy Jones, VA Medical Center, Battle Creek, MI., Building 24, room 104B; Phone number is (616) 966-5600 ext. 3102. Initial contact prior to the implementation of this contract is required with the COTR. Discussion of activation of this contract will be explained at this time, along with touring this facility, reviewing Scope of Work, ensuring I.D. badges are worn, and other VA rules and requirements.
SAFETY REQUIREMENTS:
1.Contractor will be required to dispose of miscellaneous and non-edible garbage in such a manner as not to cause conditions detrimental to public, or to constitute a public nuisance. Contractor’s truck will be equipped with the proper safety and noise-limiting devices, and will be in safe operating condition.
2. Contractor shall provide all safety equipment for their employees in the performance of this contract while on government property and shall abide by safe working standards.
3. In the performance of this contract, the contractor shall take such safety precautions as necessary to protect the lives and health of occupants of the buildings.
Base Recycling Services
Document Type: Presolicitation Notice
Solicitation Number: FA4486-04-R-0013
Classification Code: M -- Operation of Government-owned facilities
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Air Force, United States Air Force Europe, 65 CONS, 65 CONS/LGC, Lajes Field, Azores APO, AE, 09720
Description: The Government has a requirement for Recycling Services at Lajes Field, Azores, Portugal.
These requirements shall be performed in accordance with the Final Governing Standards (FGS) Environmental Protection for DOD Operations in the Azores, Portugal, all local and commercial standards and the Statement of Work (SOW).
The contractor is encouraged and expected to use innovative approaches to efficiently and effectively accomplish contract requirements and United States Air Force in Europe (USAFE) recycling goals in a timely manner, at a reasonable cost, and in a way that fosters pride and ownership in the work performed.
This acquisition is restricted to mainland Portugal and its territories.
This is a synopsis for commercial service.
This announcement constitutes the synopsis only.
A solicitation will be issued on or about 25 Aug 2004.
The anticipated period of performance will be a Basic Year plus four (4) option years.
Contractors must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009 in order to receive award.
CCR can be obtained at www.ccr.gov or calling 1-888-227-2423.
Original Point of Contact: Maria Sousa, Contract Administrator, Phone 011 351 295 571489 ext 21489, Fax 011 351 295 573758, Email maria.sousa.@lajes.af.mil - Mary Accomando, Contracting Officer, Phone 011-351-576749, Fax 011-351-573758, Email mary.accomando@lajes.af.mil.
Removal and Disposal of Scrap Rubber/Tires
Document Type: Combine Solicitation
Solicitation Number: SP441004Q7020
Classification Code: 26 -- Tires and tubes
Set Aside: Total Small Business
Naics Code: 423930 -- Recyclable Material Merchant Wholesalers
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 for the removal and disposal of scrap tires at various locations in Arizona, New Mexico and Texas.
See full description of services and the solicitation at http://www.drms.dla.mil. Select "procurement." scroll down the page and select sp4410-04-q-7020.
The solicitation will be posted to the DRMS website.
Original Point of Contact: Karen Hammontree, Contract Specialist, Phone 269-961-7426, Fax 269-961-4474, Email Karen.Hammontree@dla.mil - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@dla.mil.
Collection, Transportation And Disposal Service Of Industrial Waste
Document Type: Presolicitation Notice
Solicitation Number: FA5209-04-R-0051
Classification Code: P -- Salvage services
Naics Code: 562119 -- Other Waste Collection
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, ., 96328-5228
Description: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform collection, transportation and disposal service of industrial waste at DRMO, Sagami General Depot, Japan.
The contractor shall perform the subject service in accordance with Chapter 5,6 and 7 of Japan Environmental Governing Standards (JEGS Oct 2001 Version 1.1) and the Law concerning Waste Disposal and Cleansing of 1970 (Law No. 137 of 1970, Haikibutsu no shori oyobi seisou ni kansuru houritsu) and applicable prefectural regulations.
The Contractor shall accomplish all services below to meet the requirements of this SOW and the Service Delivery Summary (SDS).
1. This project will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan.
2. Solicitation issuance and closing dates are tentative. It is the offeror's responsibility to check the firm dates at block 6 & 8 of SF 1449, once the solicitation is released, to ensure submission of your offer in a timely manner.
If you have any questions about the release date of a solicitation please contact the Contract Administrator or Contracting Officer listed in this announcement.
Original Point of Contact: Naomi Chiba, Contract Specialist, Phone 81-42-551-6120, Fax 81-42-551-0973, Email naomi.chiba@yokota.af.mil - Geoffrey Diehl, Contract Specialist, Phone 81-42-530-5136, Fax 81-5117-55-3346, Email geoffrey.diehl@yokota.af.mil.
Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- AISI, Aluminum Association cite USMCA triangular trading concerns
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia