Requests for Proposal (RFPs) for the Week

Several equipment projects, recycling jobs, and services are listed in this week's batch of RFPs.

Removal/Recycling Of Abrasive Blast Media (ABM) And Other Misc. Waste

 

Document Type: Presolicitation Notice

 

Solicitation Number: N44255-04-T-5113

 

Set Aside: Total Small Business

 

NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal

 

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, ROICC Bremerton, 467 West Street, Bremerton, WA, 98314-5240

 

Description: Contractor shall provide all personnel, supervision, equipment and materials for the recycling of abrasive blasting material (ABM), foundry casting sand, red garnet sand, non-skid polypropylene waste, and miscellaneous grit waste in Government furnished 50-gallon drums for a period of 12 months with an option to extend for an additional 12 months.

 

Point of Contact: Karen McCarthy, Contract Specialist, Phone 360-476-6748, Fax 360-476-3446, Email karen.mccarthy@navy.mil - Diane Kostelecky, Contract Specialist, Phone 360-476-0899, Fax 360-476-0498, Email diane.kostelecky@navy.mil

 

Place of Performance: Address: Department of the Navy Puget Sound Naval Shipyard 1400 Farragut Avenue Bremerton, WA 98314

 

Postal Code: 98314

 

 

 

Base Recycling Services

 

 

 

Document Type:  Presolicitation Notice

 

Solicitation Number: FA4486-04-R-0013

 

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.

 

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.

 

To view the solicitation click on the following link -- http://216.35.173.248/EPSData/USAF/Synopses/14540/FA4486-04-R-0013/Amendment01Recycling.doc

 

 

 

Remove Steamship "NOBSKA" from Dry Dock 1, Boston National Histrorical Park, Charlestown Navy Yard, Boston, Massachusetts.

 

Solicitation Number: N1720040511

 

Classification Code: P -- Salvage services

 

Contracting Office Address: NER - BOST Boston National Historical Park Charlestown Navy Yard, Building I Boston MA 02129

 

Description: This solicitation will be available at http://ideasec.nbc.gov on or about September 15, 2004 with a bid opening date of approximately 45 days following issuance.

 

Description: Remove Steamship "NOBSKA" from Dry Dock 1, Boston National Historical Park, Charlestown Navy Yard, Boston, Massachusetts.    

 

This project includes demolition, dismantlement and removal of the derelict steel coastal steamship, SS Nobska from Dry Dock 1 in the Charlestown Navy Yard.    

 

The demolition process will involve the removal of hazardous materials from the Nobska as well as dismantling and recycling steel components of the ship.    

 

The demolition process will involve using torches to cut up the ship while it is in dry dock.    

 

Disposal of all non recyclable components such as timber decks and roofing materials will be at an approved, licensed landfill. The Nobska is a 210-foot coastal steamer that was placed in Dry Dock in 1997 under a cooperative agreement to restore the ship so it could be placed back in service.    

 

Work on the ship ceased due to lack of funding at such a stage that the ship will no longer float and has fallen into a state of neglect and disrepair.       

 

Dry Dock 1 can not be used as long as the Nobska occupies the dry dock.    

 

It is urgent that the dry dock be available to the USS Constitution at Boston National Historical Park.    

 

Alternatives to demolition and dismantling the SS Nobska will also be considered.     Parties must be able to demonstrate financial and technical ability to undertake the intact removal within the same time frame as established for removal by dismantling.    

 

In addition, should such a proposal be acceptable, the proposer will be required to enter into a preservation agreement with the Massachusetts State Historical Preservation Officer as a part of the terms of transfer of ownership from the National Park Service to the proposer.     Evaluation factors for both award for demolition and, award for relocation are included in Section M of solicitation.      

 

The National Park Service anticipates entering into a firm fixed-price contract as a result of this solicitation.    

 

There is no set aside for this solicitation and as such is open to all concerns regardless of size.    

 

The NAICS code for this project is 488330 with a small business size standard of $6.0 million.    

 

The contract performance period is 60 calendar days for Base Bid following Notice to Proceed.    

 

In accordance with FAR Section 36.204, the estimated price range for this project is between $250,000 and $500,000.    

 

Contractors are urged to make a site visit to ascertain existing work conditions.    

 

A pre-bid conference will be held on September 30, 2004 at 10:00AM, further details will be described in the solicitation.    

 

All interested bidders are encouraged to attend.    

 

The point of contact for this solicitation is Paul M. Cincotta, Contract Specialist, National Park Service, Boston National Historical Park, Charlestown Navy Yard, Boston, Massachusetts.    

 

Email address is paul_cincotta@nps.gov and the voice telephone is 617-242-5681.     When searching for this solicitation, please search by the solicitation number above, Department of the Interior, National Park Service. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number which is available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register by logging onto the Internet at http://www.ccr.gov. Available files to download will be in one, or a combination, of the following formats: HTML, Microsoft Word - 97, Microsoft Excel - 97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com, or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. Responses from Bidders will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of Announcement.

 

Point of Contact: Paul M. Cincotta Contract Specialist 6172425681 paul_cincotta@nps.gov.

 

To view the solicitation click on the following link:  http://ideasec.nbc.gov/j2ee/solicitationdetail.jsp?serverId=NP144302&objId=1509683   

 

 

 

Recycling Container

 

Document Type:  Combine Solicitation

 

Solicitation Number: Reference-Number-F5CERF42470200

 

Classification Code: 81 -- Containers, packaging, & packing supplies

 

Set Aside: Total Small Business

 

NAICS Code: 326199 -- All Other Plastics Product Manufacturing

 

Contracting Office Address: Department of the Air Force, Air Force Space Command, 30CONS, Bldg 7015, STE 2D 806 13th Street, Vandenberg AFB, CA, 93437-5226

 

Description: This is a combined synopsis and solicitation for the following commercial items, Recycling Container EVR II Nestable/Automated Container Toter Model Number 79296, 96-Gallon with 10 inch Sunburst wheels with galvanized hardware and lid that closes tightly or equal container.

 

Containers must be appropriate for Fully Automated Truck Collection. Roll out containers must be compatible with standard American semi-automated bar locking lifter ANSI, Type B as well as automated arm lifters ANSI, Type G. Containers must have a 10 year fully replacement/repair warranty. Containers must be fully assembled. Containers must be Rotational Molded.    

 

Containers must be composed of a plastic resin enhanced with color pigment and ultraviolet inhibitor uniformly distributed throughout the finished and must have a recycled plastic content of atleast 10 to 20%. Containers must have High Wind Stability/Low Profile that is less than 44? high, less than 38? length/depth and less than 32? width. Containers must be stone blue in color. The containers must have 3 hot stamp as follows; serial number, the word Recycle and Vandenberg AFB markings:1800 each containers

 

This synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) F5CERF42470200.    

 

Submit written offers, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DFARS Change Notice 20040625. North American Industrial Classification Standard 326199 , Size Standard, 500 employees, applies to this procurement. FOB: Destination for delivery to 1172 Iceland Ave Bldg 13001, Vandenberg AFB CA 93437.

 

The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated on price related factors only.     The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal.       The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era.      

 

The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration.     The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program The Government reserves the right to award on a multiple award or an all or none basis.    

 

All quotes must be sent to tsgt Morris     at : Fax 805-606-5867; billy.morris@vandenberg.af.mil     30 CONS bldg 7015 Vandenberg AFB CA 93437     Quotes are required to be received no later than 2:00 PM CST, TUESDAY, SEPTEMBER 21, 2004.

 

Point of Contact: Billy Morris, Contract Specialist, Phone (805) 605-2484, Fax (805) 922-1703, Email billy.morris@vandenberg.af.mil  - Alvina Andrews, Contract Specialist, Phone (805) 606-4775, Fax (805) 606-5867, Email alvina.andrews@vandenberg.af.mil.

 

Recycling Trailer and Equipment

 

Document Type:  Presolicitation Notice

 

Solicitation Number: FA3020-04-T-0055

 

Classification Code: 23 -- Ground effects vehicles, motor vehicles, trailers & cycles

 

Set Aside: Total Small Business

 

NAICS Code: 423830 -- Industrial Machinery and Equipment 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: Manufacturer: Protainer, Inc., Model PRT-B-20 "OR EQUAL", 20 Cubic Yard (CY) Recycling Trailer, Constructed of Recycled Steel, 96" W x 25' L including "A" frame hitch, gross vehicle weight approximately 14,000 lbs, with 10, 2 Cubic Yard Independent Bins for each trailer.

 

Quantity: 2 Each

 

0002 - Manufacturer: Protainer, Inc., Model PSD-2 "OR EQUAL", 2 CY Self-Dumping Hoppers, 57.5" W x 45.5" T x 64.5" L, with 3" x 28" Fork Openings.

 

Quantity: 10 Each

 

0003 - Manufacturer: Protainer, Inc., Model PPMC "OR EQUAL", Recycled Plastic Mesh Storage Containers, 40" x 48" x 36".

 

Quantity: 30 Each

 

0004 - Manufacturer: Protainer, Inc., Model PROW 11-72 "OR EQUAL", 18 Cubic Yard (CY) Wire Mesh Trailer, Box Size 101" W x 142" L x either 68" or 60" T depending upon which style required.

 

Quantity: 1 Each

 

We will be accepting "Or Equals" to the above mentioned Manufacturer.

 

Please contact Austin Haylock for more information.

 

(940) 676-6246, austin.haylock@sheppard.af.mil.

 

 

 

Collection, Transportation and Disposal Service of Waste at Kawakami Ammunition Depot, Japan

 

Document Type:  Presolicitation Notice

 

Solicitation Number: FA5209-04-T-0448

 

NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal

 

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 and municipal waste at Kawakami Ammunition 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 prefecture?s regulations.     Category of waste (industrial waste or municipal waste), quantities, and applicable license/permits for each waste type are listed in Appendix A and maps of collection areas are in Appendix B.

 

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.

 

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, Contracting Officer, Phone 81-42-551-6120, Fax 81-42-551-0973, Email geoffrey.diehl@yokota.af.mil