Trash and Refuse Collection Fort Leonard Wood, Missouri and the Lake of the Ozark Recreation Area.
Document Type: Presolicitation Notice
Solicitation Number: W911S7-04-R-0019
Set Aside: 8a Competitive
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
Description: Trash and Refuse Collection and operation of a Government Owned Recycling Center Solicitation W911S7-04-R-0019 (Estimated issue date 07/15/04).POC Contract Specialist Julie Meyer (573-596-0260) Contracting Officer Donna Hickey (573)596-0254. (Site Co de W911S7) The contractor shall furnish all personnel, equipment, supplies, transportation, and supervision, except as specified in solicitation, to perform all operations for the collection and disposal of refuse and recoverable materials generated at For t Leonard Wood and the Lake of the Ozarks Recreation Area (LORA) and to operate the Fort Leonard Wood Recycling Center and Clean Fill Area. This requirement is a Small Business Administration 8(a) competitive set-aside. Competition for this requirement is restricted to 8(a) firms that have a bona fide place of business within the geographical boundaries of SBA Kansas City District Office. This requirement is for a Base Period of 1 Sep 04 -31 Aug05 and 3 one year Option Periods. Contractor must be enrolled in the Central Contractor Registration (CCR)program. All responsible 8(a) sources may submit a proposal which shall be considered by the agency. A Fax request will be accepted (573-596-0267). Reference solicitation number, state the name of the requestor, mailing address and telephone number
Original Point of Contact: Julie Meyer, 573-596-0260.
Email your questions to ACA, Maneuver Support Center and Fort Leonard Wood at meyerj@wood.army.mil
To view solicitation click on the following link -- https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911S704R0019
Desk Side Recycling Containers and Large Recycling Bins
Document Type: Presolicitation Notice
Solicitation Number: FA3020-04-T-0060
Classification Code: 81 -- Containers, packaging, & packing supplies
Set Aside: Total Small Business
NAICS Code: 424130 -- Industrial and Personal Service Paper Merchant Wholesalers
Contracting Office Address: Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron 136 K Avenue Ste 1, Sheppard AFB, TX, 76311-2746
Description: Item #001 - Rubbermaid 14 qt Desk-Side Container; Blue with "We Recycle" logo in white; 11.5 "W x 8.25D x 12.5H -
Quantity: 8,000 EA
Item #002 - Royal Environment five Compartment Cart; color coded reinforced vinyl compartments; welded frame with hardwood base; four 4" polyolefin casters; 18 bushels (168 gal) 42" L x 30 " W x 38" H
Quantity: 34 EA
Original Point of Contact: Austin Haylock, Contract Specialist, Phone (940) 676-2012, Fax (940) 676-5176, Email Austin.Haylock@Sheppard.AF.Mil - Mark Snyder, Contracting Officer, Phone (940) 676-5185, Fax (940) 676-2178, Email mark.snyder@sheppard.af.mil.
To view the form click on the following link -- http://216.33.118.202/EPSData/USAF/Synopses/563/FA3020-04-T-0060/04-T-0060.doc.
Horizontal Baler
Document Type: Presolicitation Notice
Solicitation Number: FA4484-04-T-0062
Classification Code: 36 -- Special industry machinery
Set Aside: Total Small Business
NAICS Code: 333922 -- Conveyor and Conveying Equipment Manufacturing
Contracting Office Address: Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
Description: Contractor to provide all equipment, tools, materials, personnel, transportation and other items necessary to furnish requirement for One Marathon Gemini 3560 closed end horizontal baler with heavy duty 48? wide cleated infeed conveyor. Or Equal will be accepted. This is a commercial acquisition.
This solicitation is a request for quotation and is issued as a 100% small business set-aside under the Standard Industrial Classification code - 3535, NAICS code - 333922, and the related Small Business Standard ? 500 employees. There will be a site visit for this purchase; the date, time and location of the site visit will be available in the solicitation.
The required delivery time is 30 days after receipt contract award. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DoD). Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award.
Solicitation will be issued on or about 08 September 2004. All responsible sources may submit a response which, if timely received, must be considered by the agency. Due date will be stated in the solicitation.
The entire solicitation will be made available only on the FedBizOpps (EPS) website at http://www2.eps.gov/spg/index.html.
Questions about this acquisition should be e-mailed to Jeremiah Keenan at jeremiah.keenan2@mcguire.af.mil.
BALER MAINTENANCE
Document Type: Presolicitation Notice
Solicitation Number: FA4484-04-T-0063
Classification Code: J -- Maintenance, repair & rebuilding of equipment
Set Aside: Total Small Business
NAICS Code: 811310 -- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
Contracting Office Address
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
Description: Contractor to provide all equipment, tools, materials, personnel, transportation and other items necessary to furnish requirement for One time Routine maintenance service for three balers, two vertical and one horizontal. This is a commercial acquisition. This solicitation is a request for quotation and is issued as a 100% small business set-aside under the Standard Industrial Classification code - 7699, NAICS code - 811310, and the related Small Business Standard $6.0 million.
There will be a site visit for this purchase; the date, time and location of the site visit will be available in the solicitation. The required delivery time is 30 days after receipt contract award. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business with the Department of Defense (DoD). Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. Solicitation will be issued on or about 08 September 2004. All responsible sources may submit a response which, if timely received, must be considered by the agency.
Due date will be stated in the solicitation. The entire solicitation will be made available only on the FedBizOpps (EPS) website at http://www2.eps.gov/spg/index.html.
The solicitation can be accessed by following the links on the EPS website to: DOD, USAF Offices, Air Mobility Command, 305 CONS. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to this solicitation. Questions about this acquisition should be e-mailed to Jeremiah Keenan at jeremiah.keenan2@mcguire.af.mil.
Original Point of Contact: Jeremiah Keenan, Contract Specialist, Phone (609) 754-3897, Fax (609) 754-4642, Email jeremiah.keenan2@mcguire.af.mil - Maryann Makurat, Contract Officer, Phone (609) 724-2651, Fax (609) 724-4642, Email maryann.makurat@mcguire.af.mil.
Removal, Transportation, and Recycle of Batteries at Yokota and Tokorozawa
Document Type: Presolicitation Notice
Solicitation Number: FA5209-04-T-0479
Classification Code: V -- Transportation, travel, & relocation services
NAICS Code: 484220 -- Specialized Freight (except Used Goods) Trucking, Local
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, ., 96328-5228
Description: Removal, Transportation, and Recycle of Batteries at Yokota and Tokorozawa IAW SOW.
NOTE: 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.
Original Point of Contact: Keiko Sato, Contract Specialist, Phone 81-42-553-4179, Fax 81-42-530-3319, Email keiko.sato@yokota.af.mil - Junji Sato, Contract Specialist, Phone 81-42-551-6735, Fax 81-42-530-3319, Email junji.sato@yokota.af.mil.
Removal and Disposal of Scrap Tires
Document Type: Award Notice
Solicitation Number: SP4410-04-Q-7018
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
Contract Award Date: Sep 02, 2004
Contract Award Number: SP441004P0069
Contract Award Amount: $21,642.50
Contract Line Item Number: Bid Schedule 1
Contractor: Fennell Recycling, LLC 108 Stephens Place Elmira, NY 14901-1539
Scrap Tire Removal/Recycling
Document Type: Presolicitation Notice
Solicitation Number: M6700104Q0057
Contracting Office Address: M67001 Marine Corps Base Camp Lejeune, NC
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. M6700104Q0057 solicitation is being issued as a Request for Quotation (RFQ).
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24.
This is 100% set aside for small business, NAICS 56199, Size standard $5.0.
This is a service contract for the removal of scrap tires, from DRMO, Marine Corps Base (MCB), Camp Lejeune, NC (CLNC), and Forward Receiving Area (FRA), Marine Corps Air Station (MCAS), Cherry Point, NC (CPNC), to be recycled.
This firm-fixed price contract will have a basic one year performance period of 01 Oct 2004 through 30 Sep 2005 (Item 0001) and 4 one-year priced out option per! iods (items 1001, 2001, 3001, 4001).
There is one line item for each one year period, (2,000 lbs = 1 ton), estimated quantity for DRMO, MCB, CLNC is 199 tons for the basic year and 199 tons for each option period; the FRA, MCAS, CPNC estimated quantity is 177 tons for the basic year and 177 tons for each option period.
Contractor shall quote their cost per ton, for the basic period (Item 0001), and each option period (items 1001, 2001, 3001, 4001, respectively) .
The Government will provide a scale to verify the quantity removed (2,000 lbs = 1 ton). Normal loading hours are between 0800 and 1500, Monday through Thursday (Federal Holidays not included)
Contractor shall arrive in sufficient time to accomplish and complete loading within the specified timeframe.
Except for the aforementioned Government furnished item, the Contractor shall furnish everything required to perform the tasks specified herein.
The Contractor's transport carrier shall be a North Carolina, EPA a! pproved scrap tire permit holder and transporter. The Contractor shall be responsible for obtaining any necessary license/permits, and, complying with all applicable Federal, State and Local Laws, codes and regulations in connection with this work.
The contractor shall be required to (i) place two forty cubic yard roll off containers in the yard at each site; (ii) remove the roll-off and replace it with another of same dimensions when notified that a pickup is needed; (iii) furnish all labor and equipment to facilitate loading of overflow tires. Contractor will be notified when a minimum of 10,000 lbs and a maximum of 25,000 lbs require removal.
All aircraft tires shall be shredded, absolutely no resale is authorized by the Government for these tires.
The Contractor shall remove tires within * hours, but no more than 5 working days, after oral/written notification.
The Contractor shall prepare a scrap tire manifest and documentation that identifies the NC, EPA permitted d scrap tire carrier, recycling facility or other authorized disposal facility, and shall provide a completed copy of the tire manifest and invoice at time of each removal.
The Contractor shall be responsible for returning the original copy of the signed manifest to DRMO, CLNC within 10 working days after date of shipment.
In addition, the Contractor shall provide a Certificate of Recycling to DRMO, CLNC, within 60 days of removal.
All signed manifests and Certificate of Recycling, whether for DRMO, CLNC or FRA, MCAS, CPNC will go to DRMO, CLNC.
Certificate of Recycling shall include: method and date of recycling; facility name, address, and EPA Permit No.; quantity recycled; pick up invoice number and date; and signature/date of authorized facility personnel.
The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this requirement, 52.212-1 Instructions to Offerors-Commercial; 52.! 212-2 Evaluation-Commercial Items, paragraph (a), evaluation factors of this provision are technical capability, past performance and price: (i) technical capability in meeting the Government's requirement (a) quotes shall reflect services with specifications that are considered the best overall commercial services available in the industry, (b) quotes shall address, at minimum, all of the services and tasks stated above, clearly demonstrating how they will be accomplished, (c) quotes shall state the number of work hours needed to accomplish services after receiving notification that tires need removing (Not to exceed a maximum of five working days); (ii) past performance, information utilized to evaluate this factor will be references submitted with quote. (a) Contractor shall provide at least 2 Government sources and 2 commercial companies, i.e., consumer protective organizations, for which your firm has performed same or similar services within the last 3 years, (! b) reference list shall include, name of agency/commercial company, point of contact, contract number, dollar amount of contract, and the type of services performed; (ii) price, the contractor shall quote their price per ton to perform the above service, the price will be evaluated for fair and reasonableness, therefore, the Government may request a breakdown of that price, the quote must reflect a price per ton for the basic period and each of the 4 option periods. (Note: quotes that do not contain sufficient data/information, to allow for a complete evaluation, will be rejected.)
52.212-3 Offeror Representations and Certifications-Commercial Items (which must be completed by the Contractor and submitted with quote); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items, to include 52.217-9 Option to Extend the term of the Contract; 52.211-15 Defense Priority and Allocation!
Requirements; 52.219-6 Notice of Total Small Business Set-Aside; 52.232-8 Availability of funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 Pricing of Contract Modifications; 52.211-14 Notice of Priority Rating for National Defense Use;
52.217-5 Evaluation of Options; 252.212-7001 Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items; 252.232-7003 Electronic Submission of Payment Request (To be eleigible for award the Contractor shall be registered with Wide Area Work Flow (WAWF) to facilitate required electronic invoicing process. See http://www.wawftraining.com/ for training and register at http://wawf.eb.mil.) This requirement is subject to the requirements of the Service Contract Act of 1965, as amended; if applicable, (i) the Contractor shall furnish the Contracting Officer a copy of any collective bargaining agreement applicable to employees perfo! rming under this contract; (iii) Department of Labor Wage Determination no. 94-2393 (Rev 27), dated 10 Aug 2004, applies and can be accessed at website http://www.ceals.usace.army.mil. Quotes shall be submitted in writing, via email to baysjs@lejeune.usmc.mil or mailed/Federal Expressed, etc., to the Contracting Division, Bldg. 1116, MCB, Camp Lejeune, NC 28542, no later than 1400 (2:00 PM), 20 September 2004.
All responsible sources may submit a quote.
Note 1
Original Point of Contact: JOYCE S. BAYS (910) 451-1595 CONTRACT SPECIALIST, JOYCE S. BAYS (910) 451-1595
Latest from Recycling Today
- 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
- Oregon county expands options for hard-to-recycling items