Requests for Proposal (RFPs) for the Week

Several projects, as well as an award announcement, are listed in this week's RFPs.

Recycle Pickup Services

 

Document Type:  Presolicitation Notice

 

Solicitation Number: W15QKN-05-Q-0743

 

Contracting Office Address: US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000

 

Description: Note: This RFQ replaces W15QKN-05-Q-0700 in its entirety. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice.     This Request for Quotation (RFQ), W15QKN-05-Q-0743, constitutes the only solicitation; a written solicitation will not be issued.

 

A quotation is hereby requested. The RFQ document and incorporated provisions/clauses are those in effect on 10/5/04 through Federal Acquisition Circular 01-25. NAICS Code 562111, Size Std 10.5M Item. Description Qty U/I Unit Price Amount 0001 Collect and dispose of 12 MO $__________  $________ recyclables IAW SOW 0002      

 

Contract Data Requirements. List (CDRL), DD1423 Not separately priced terms:

 

FOB Destination Inspection and acceptance shall be performed by the Government Contracting Officer’s Representative (COR) at U. S. Army Armament Research, Development and Engineering (ARDEC), Picatinny, New Jersey, via DD form 250.     The following Federal Acquisition Regulation (FAR) and Defense FAR (DFAR) provisions/clauses are applicable and are incorporated by reference: FAR: 52.212-1, 2, 3 Alt I, & 5, 52.222-21 & 26, and 52.252-2 DFAR: 252.201-7000, 252.204-7004, and 252-212-7001 FAR 52.212-2 The Government intends to evaluate and award without discussions, however, the right to do so is reserved.    

 

The Government contemplates a contract award to the lowest priced, responsible, responsive offeror.      

 

Notice of award, Std Form 1449, shall result in a binding contract without further action by either party.      

 

This purchase order will be rated DO-C9E under DPAS (15 CFR 700) The deadline for all proposals will be close of business 29 October 2004.       

 

NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database by accessing the CCR website at http://www.ccr.gov in order to eligible for contract award.    

 

Period of Performance is five (5) years; one (1) 12-month base year and four (4) 12-month option years. The base year will commence on 01 Nov 2004.      

 

The following additional information is provided for use in preparing quotations: (1) The containers will be supplied by Picatinny and are rear-end units.    

 

(2) Approximately 284 tons of paper and cardboard was picked up last year.    

 

However, this included pickup at Picatinny’s Commissary, which is not included in the prospective contract.    

 

(3) Last year’s cost pickups were accomplished under a bundled contract for refuse collection and disposal services, therefore, the segregated cost of recyclable pickups is not     available.     Annual revenue rebated back was $4,974.      

 

Note: A site inspection will be conducted Tuesday, Oct. 19, 2004 at 10AM, in accordance with FAR 52.237-1, Site Visit.    

 

Vendors shall assemble at the Picatinny Visitor Reception Center (Bldg 1136) parking lot to be transported to the site by Government vehicle. Vendors planning to attend the Site Inspection, shall contact Sandy Chisholm, Procuring Contracting Officer (PCO) at least 24 hours in advance.    

 

Tel. No. (973) 724-4137 or via email  schishol@pica.army.mil >.    

 

The POC for this action is Mary Krisanda, (973) 724-5283 or the PCO as indicated above.    

 

Send offers via electronic mail to schishol@pica.army.mil on or before 10/29/04, 1700 HOURS (5:00pm) EST.    

 

Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotes is the responsibility of the offeror.      

 

The Statement of Work (SOW) and CDRLs will be provided as an attachment to this notice and will be utilized for purposes of generating your company’s response to this RFQ.    

 

Contractor shall furnish quotes to the Government with his/her offer and certifications.     Offeror shall complete a copy of the FAR 52.213-3 and ARDEC 68 and return it with his/her offer.

 

Point of Contact

 

Mary Krisanda, Contract Specialist, (973)724-5283

 

Email your questions to Mary Krisanda at mkrisa@pica.army.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

 

Contract Award Date: Oct 15, 2004

 

Contract Award Number: GS-07F-5402R

 

Contract Award Amount: Estimated Base Period $3,750,000

 

Contract Line Item Number: 384-9 and 384-99

 

Contractor: Mr. David B. Wilhelmy, VP Sales & Marketing International Baler Corporation 5400 Rio Grande Avenue Jacksonville, FL 32254 

 

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

 

Document Type:  Presolicitation Notice

 

Solicitation Number: N1720040511

 

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.    

 

Paper copies of this solicitation will not be issued and telephone requests or fax requests for this solicitation will not be accepted.    

 

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

 

Solicitation Number N1720040511. 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;

 

Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance at EC_helpdesk@NBC.GOV

 

Recyclable Material Collection

 

Document Type:  Presolicitation Notice

 

Solicitation Number: N62470-05-R-6902

 

Set Aside: Total Small Business

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address

 

Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Cherry Point, PCS Box 8006 CGMAS Cherry Point, Cherry Point, NC, 28533-0006

 

Description: This is a Firm Fixed Price Performance-Based Contract to provide recyclable material collection services for Marine Corps Air Station, Cherry Point, North Carolina.    

 

This procurement will be handled under Source Selection Procedures.    

 

This Request for Proposals (RFP) is for a period of one year.    

 

The Government may extend the term of the contract for a period of one to twelve months.    

 

The total duration, including the exercise/award of any options, shall not exceed five (5) years.    

 

The proposed procurement is a total small business set-aside.    

 

All responsible sources may submit an offer, which will be considered.    

 

The North American Industry Classification System (NAICS) Code is 562111 and the size standard is $10,500,000.

 

A pre-proposal conference and site visit is tentatively scheduled for Tuesday 9 November 2004 at 9:00 AM in the Facilities Support Contracts Department Conference Room, Building 87, Marine Corps Air Station, Cherry Point, North Carolina.    

 

Point of Contact

 

Ian Rothfuss, Contract Specialist, Phone (252) 466-4531 , Fax (252) 466-3725, Email ian.rothfuss@navy.mil.

 

 

 

 

No more results found.
No more results found.