Requests for Proposal (RFPs) for the Week

Several shredding projects, scrap metal projects and a collection program are included in this week's list of RFPs.

Malmstrom AFB Refuse Removal

 

Document Type: Presolicitation Notice

 

Solicitation Number: FA4626-05-R-0034

 

Set Aside: Total Small Business

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863

 

Description: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform refuse and recycling services at Malmstrom AFB, Great Falls, Montana.

 

The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations

 

Point of Contact: Sean Kennedy, Contract Specialist, Phone 406-731-4554, Fax 406-731-4005, Email sean.kennedy@malmstrom.af.mil - Arlene Stern, Contracting Officer, Phone 406-731-4001, Fax 406-731-4005, Email arlene.stern@malmstrom.af.mil.

 

Recovery And Recycling

 

Document Type: Presolicitation Notice

 

Solicitation Number: SP070005TPF93

 

Set Aside: Total Small Business

 

Contracting Office Address: DLA, Defense Supply Center Columbus; 3990 East Broad St. P.O. BOX 3990; Columbus, OH 43218-3990

 

Description: Proposed procurement for NSN 4330014117240 Recovery and recycling UN: Line 0001 Qty 00006 UI EA Deliver To: XU DEF DIST DEPOT SAN JOAQUIN By: 10/12/05 Line 0002 Qty 00006 UI EA Deliver To: DEF DIST DEPOT CHERRY POINT NC By: 10/12/05 Line 0003 Qty 00013 UI EA Deliver To: XU TRANSPORTATION OFFICER By: 10/12/05 Approved source is 07295 17800B.

 

The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote that, if timely received, shall be considered. Quotes must be submitted electronically.

 

Point of Contact

 

Questions regarding this solicitation should be emailed to dibbs@dscc.dla.mil

 

For additional information click, on the following link: DEFENSE SUPPLY CENTER COLUMBUS

 

Refuse Collection at the Moorings

 

Document Type: Presolicitation Notice

 

Solicitation Number: W9127N-05-Q-0107

 

Set Aside: Total Small Business

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946

 

Description: The US Army Corps of Engineers, Portland District intends to solicit and award a Firm-Fixed Price (FFP) service contract to a contractor able to provide all supervision, personnel, equipment (except government furnished containers), tools, and materi als necessary to perform scheduled and unscheduled refuse/recyclable materials collection and disposal services at the U.S. Government Moorings. Services to be provided are as follows: collect and dispose of refuse from a contractor provided 20 cubic yard (CY) site container (with lid) on a monthly basis; and collect and dispose of refuse from a contractor provided 20 CY site container on an on-call basis. Equipment shall be delivered to the U.S. Moorings, no later than 1 September 2005, after award of contract. The North American Industry Classification System (NAICS) code for this acquisition is 56211 with a small business standard size of $1.5 million in volume. Please identify your business size in your response based upon this standard.

 

The administrative/contracting Point of Contact (POC) is Frank Gutierrez at (503) 808-4626.

 

The Request for Quote will be issued on the US Army Corps of Engineers Internet Web Site on or about 29 Aug 2005, and the quote is due on or about 8 September 2005, at 4:00 P M PST. Responses received after that date may not be considered. Responses to the RFQ should include the company name, street address, city, state, country, zip code or postal code, POC, POC telephone, and e-mail address. Please be aware that facsimiles will not be accepted. To request a copy of the RFQ register on-line at https://www.nwp.usace.army.mil/ebs.

 

This procurement is 100 percent small business set-aside. In order for contractors to conduct business with the Department of Defense, they must be app roved and registered in the Central Contractor Registration, at website www.ccr.gov, before award can be made. This is free to contractors. **NAICS 56211; FSC S205**

 

Point of Contact: Dawn Simpson, (503) 808-4607. Email your questions to Portland District, US Army Corps of Engineers at dawn.r.simpson@usace.army.mil.

 

Refuse and Recycling

 

Document Type: Presolicitation Notice

 

Solicitation Number: FA4803-05-R-0014

 

Set Aside: Total HUB-Zone

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: Department of the Air Force, Air Combat Command, 20 CONS, 305 Blue Jay St, Bldg 1033, Shaw AFB, SC, 29152-5004

 

Description: Shaw AFB SC intends to establish a firm-fixed price contract for Base Refuse and Recycling Services.

 

The contractor shall perform all collection, recycling and disposal services for Base and Housing areas and provide all labor and equipment (Vehicles, dumpsters/drop boxes and residential containers) as required by the Performance Work Statement.

 

The performance period will be a base period and four (4) one year options. The North American Industry Classification System (NAICS) code for this procurement is 562111, with a Small Business Size Standard of $10,500,000.00.

 

The government intends to solicit this requirement as a 100 percent small business HUBZone set-aside.

 

The contract will be accomplished as a Commercial Item in accordance with FAR Part 12, Utilizing Commercial Acquisition Procedures and FAR Part 15 Contracting by Negotiations.

 

Offers will be evaluated utilizing Best Value Procedures. All eligible responsible sources may submit a proposal that shall be considered by the agency. The solicitation will be issued on or about 16 September 2005.

 

A site visit is scheduled for the 4th of October 2005 at 10:00 a.m. The solicitation and all amendments will be posted and available for viewing and downloading on the Government Electronic Posting System (EPS) site at www.eps.gov.

 

NOTE: This requirement (FA4803-05-R-0014) was originally advertised as a sources source notice as a Request for Proposal (FA4803-05-R-A013), all future reference to this requirement will be posted as FA4803-05-R-0014.

 

Point of Contact: Brian Howard, Contracting Specialist, Phone 803-895-6845, Fax 803-895-6018, Email howard.brian@shaw.af.mil - Glenda Yarbrough, Contract Officer, Phone 803-895-6010, Fax 803-895-6019, Email glenda.yarbrough@shaw.af.mil.

 

Privacy Act Paper Shredding Service

 

Document Type: Combine Solicitation

 

Solicitation Number: F3H4A15234A7

 

Set Aside: Total Small Business

 

NAICS Code: 561990 -- All Other Support Services

 

Contracting Office Address

 

Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107

 

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice.

 

This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

 

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. All applicable provision and clauses are included in the actual solicitation.

 

This procurement is set for full and open competition. The North American Industry Classification System (NAICS) code is 561990, and the small business size standard is $6,000,000. The Government intends to issue a firm fixed price purchase contract to cover a period of 1 Oct 05 - 30 Sep 06, to include four (4) option years, for the following: CLIN 0001: Paper Shredding Service IAW the Statement of Need. Estimated weight of 120,000 pounds per year.

 

Statement Of Work: On-Site Privacy Act Paper Shredding Service

 

1. General

 

This is a non-personal service required to render on-site document destruction to Ehrling Bergquist Hospital and its entities.

 

1.1. Non-Personal Services: The contractor shall furnish all tools, equipment, transportation, and parts necessary to perform the required services.

 

1.2. Continuity Of Services: The Contractor shall ensure that a contingency plan is available to provide coverage during scheduled and unscheduled absences of primary contractor.

 

1.3. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees.

 

1.4. Conflict Of Interest: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and Air Force policy.

 

1.5. Point Of Contact: The Contractor shall provide a point of contact who shall be responsible for the performance of the work. The point of contact shall have full authority to act for the Contractor on all matters relating to the daily operation of this contract.

 

1.2 Required Services:

 

1.2.1. Scheduled Pick-up: The contractor will provide two on-site pick-up per month at every location. The first and third Tuesday of each month will be the designated pick-up dates, but may change with prior notification if needed. Additional pick-ups, if required, will not cost more than standard pick-up rates.

 

1.2.2. Pick-up locations: The contractor will pick-up privacy act material from the following locations: *On base Satellite Pharmacy, 106 Peacekeeper Drive, Fairchild Hall, Bldg. 527, 105 Grant Circle

 

*The contractor will be responsible for obtaining a base pass for access to the base.

 

Off base Ehrling Bergquist Hospital, 2501 Capehart Rd

 

1.2.3. Pick-up procedures: The contractor may contact the Medical Equipment Management Office (MEMO) prior to delivery to ensure that the containers are ready. The contractor will come into the facility and pick-up the containers from one or two central drop-off/pick-up locations designated by the MEMO office. The contractor will bring the containers out to his truck and perform the destruction services while on-site at each facility. The contractor will ensure that litter and excess paper is cleaned-up if necessary. The contractor shall also have the ability to weigh shredded paper on-site (in truck).

 

1.2.4. The contractor will provide the containers they require at no charge to the facility. The facility will keep track of any containers given and ensure they are returned in a condition appropriate with normal wear and tear. The containers must be lockable and meet Privacy Act/HIPAA requirements.

 

1.2.5. The documents must be destroyed so that there is never a chance of a compromise of information. The documents will not be strip-cut, but instead cut into smaller, unrecoverable pieces. Destroyed paper is preferred to be recycled after use and not put into a landfill. A witness to the destruction will sign for every pick-up. Whole documents must never leave the facility premises.

 

The following provisions apply to this acquisitions FAR 52.212-1 Instructions to Offerors- Commercial Items, FAR 52.212-2 Evaluation- Commercial Items, FAR 52.212-3 (Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4 Contract Terms and Conditions- Commercial Items, FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes Apr 2001 or Executive Orders- Commercial Items (Deviation), FAR 52.219-6 Notice Of Total Small Business Set-Aside, FAR 52.223-11 OZONE-DEPLETING SUBSTANCES, FAR 52.232-18 Availability of Funds, FAR 52.233-3 Protest After Award, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.242-15 Stop-Work Order, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFAR 252.204-7003 Control Of Government Personnel Work Product, DFAR 252.204-7004 Alt A Required Central Contracting Registration Alternate A, DFAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, DFAR 252.232-7003 Electronic Submission of Payment Requests, AFFARS 5352.233-9001 Health and Safety on Government Installations, AFFARS 5352.242-9000 Contractor Access to Air Force Installations is applicable to this acquisition as well.

 

All quotations must be received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB 68113-2107 by Sept 7, 2005 at 4:00 pm (CST). Quotes must be valid until 10 Oct 2005. Facsimile copies may be submitted to (402) 294-7280.

 

No Partial Awards Will Be Made. Please acknowledge all requirements on quotations, to include pricing for base year and 4 option years. Direct all questions to SSgt Jason King via email (jason.king@offutt.af.mil) or phone (402-232-6484).

 

Collect Calls Cannot Be Accepted. All potential offerors are reminded, in accordance with DFARS 252.204-7004 Alt A, Required Central Contract Registration Alternate A, that lack of active registration in the CCR database will make a bidder ineligible for award. Note: contractors must be ccr registered prior to 3 sept 2005. To register, go to the website: http://www.ccr.dlsc.dla.mil. Contractors must also be registered on orce. To register, go to http://orca.bpn.gov.

 

Point of Contact: Jason King, Contract Specialist, Phone 4022949602, Fax 4022940430, Email jason.king@offutt.af.mil - Pamela Mallory, Contract Administrator, Phone 402-294-4351, Fax 402-294-7280, Email pamela.mallory@offutt.af.mil

 

Study of Community Based Recycling Initiatives

 

Document Type: Presolicitation Notice

 

Solicitation Number: RFQ-05-196

 

Classification Code: B -- Special studies and analysis - not R&D

 

Set Aside: Total Small Business

 

NAICS Code: 541720 -- Research and Development in the Social Sciences and Humanities

 

Contracting Office Address: Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, UNB 4th Floor 200 Third Street, Parkersburg, WV, 26101-5312

 

Description: The Bureau of the Public Debt on behalf of the Inter-American Foundation intends to issue a solicitation for consultant services for the Study of Community-Based Recycling Initiatives (CBRI) in Latin America and the Caribbean. This requirement is set-aside for small business competition. The NAIC code for this solicitation is 541720, and the business size standard is $6M. An electronic file containing the full text of the solicitation is issued concurrently herewith.

 

Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions. If the Internet option is not available to you, you may receive a hard copy of the solicitation and any amendments (via U.S. Mail) by faxing your request to (304) 480-7203 or e-mailing your request to procurement@bpd.treas.gov.

 

Point of Contact

 

Ann Wesson, Contract Specialist, Phone 304-480-7038, Fax 304-480-7203, Email procurement@bpd.treas.gov - Susie Daugherty, Contracting Officer, Phone (304) 480-7138, Fax (304) 480-7203, Email procurement@bpd.treas.gov

 

Place of Performance: Multiple Locations in Latin America and the Caribbean

 

Garbage/Trash Collection & Recycling Services

 

Document Type: Presolicitation Notice

 

Solicitation Number: 506-00459-06

 

Set Aside: Total Small Business

 

Contracting Office Address: Attn: Department of Veterans Affairs Ann Arbor Health Care System, Contracting Office, (54C), 2215 Fuller Road, Ann Arbor, Michigan 48105

 

Description: This facility intends to solicit for Garbage/Trash Collection (non-burnable) with Recycling Services. Contractor must provide all necessary labor, supervision, equipment, recycling containers and vehicles to collect garbage/trash (non-burnable) and recycling materials from the VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, Michigan 48105 and transport to approved disposal site for the period of October 1, 2005 through September 30, 2006 with four (4) one year renewal options.

 

All responsible sources may submit a proposal which shall be considered by the agency. Solicitation RFP506-00459-06 should be referenced on the BOS website. Projected issue date is 8/25/2005 with a projected bid opening date of 9/16/2005.

 

Contract award is subject to the availability of FY06 funds. NAICS 562111

 

Point of Contact - Cynthia Maschat, Contract Specialist, Ph: (734) 769-7100 ext. 7552, Fx:(734) 213-3833, Contracting Officer - Cynthia Maschat, Contract Specialist, Ph:(734) 769-7100 ext. 7552, Fx:(734) 213-3833

 

Email your questions to Cynthia Maschat at cynthia.maschat@med.va.gov.

 

Used/Scrap Locomotive For Crash Testing Purpose.

 

Document Type: Presolicitation Notice

 

Solicitation Number: DTFR53-05-00110

 

Classification Code: 22 -- Railway equipment

 

NAICS Code: 482111 -- Line-Haul Railroads

 

Contracting Office Address: Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, 1120 Vermont Avenue, NW Mail Stop 50, Washington, DC, 20590

 

Description: The Federal Railroad Administration has a requirement to purchase used scrap locomotives for crash testing purposes. The delivery location will be identified after contract award. This requirement is full and open to competition.

 

Point of Contact: Sharon Flowers, Contract Specialist, Phone 202/493-6419, Fax 202/493-6171, Email sharon.flowers@fra.dot.gov - Susan Bechtol, Contract Specialist, Phone 202-493-6154, Fax 202-493-6171, Email susan.bechtol@fra.dot.gov

 

Re-Melting of Ti-6A1-4V Plate, per MIL-DTL-46077F

 

Document Type: Combine Solicitation

 

Solicitation Number: W911QX-05-T-0200

 

Classification Code: 96 -- Ores, minerals & their primary products

 

NAICS Code: 331491 -- Nonferrous Metal (except Copper and Aluminum) Rolling, Contracting Office Address: RDECOM Acquisition Center - Adelphi, ATTN: AMSSB-ACA, 2800 Powder Mill Road, Adelphi, MD 20783-1197

 

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

 

Synopsis Solicitation for Commercial Items: 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-05-T-0200. This is issued as a Request for Quote (RFQ). This requirement is solicited as full and open competition. The associated NAICS code is 331491. (iii) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN DESCRIPTION QTY UNIT 0001 Plate, Ti-6A1-4V scrap to be melted and turned into new rolled plate 1 LOT (iv) Description of requirements: Statement of Work- Titanium Re-Melt: ARL has approximately 43,000 lbs of Ti-6Al-4V scrap to be melted and turned into new rolled plate. The scrap is composed of shot plates (with projectiles removed) and various size pieces left over from cutting processes. Price and lead time are the main criteria for award. The winning vendor shall arrange transport of the scrap to his facility. He shall sort and melt the scrap into a new ingot or ingots by whatever methods he deems fit. The vendor shall produce wrought Ti-6Al-4V plate to MIL-DTL-46077F, class 3 (Oxygen content 0.17-0.24%) in the thicknesses specified.

 

Final chemistry and mechanical properties shall be provided. Ballistic testing is required to meet MIL-DTL-46077F. However, if the vendor meets the ballistic requirements for the thinnest gauge and the thickest gauge, then all gauges shall be considered as passing the specification. All scrap from melting, rolling, cutting, etc. shall be recycled back into this effort to the maximum extent possible. The value of any leftover material shall be added back into the contract. The vendors shall also arrange the transportation of the finished plates to APG, MD.

 

If you are interested in attending this site inspection, please contact the Contract Specialist, Kevin Hawk at 301-394-3138, no later than September 7,2005 by 2PM local time to indicate your interest and obtain the required information. (v) Delivery is required to be completed thirty (30) weeks from the date of acceptance of Government furnished material. Delivery and acceptance shall be made to Army Research Laboratory, APG, MD 21005-5001. The F OB point is destination. (vi) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (vii) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The technical capability and past performance are of equal importance and when combined are slightly more important than price. Technical capability will be assessed based on the information furnished by the vendor with its quote. The Government is not responsible for allocating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their quote all descriptive material (such as illustrations, drawings or other information) necessary for the Government to determine whether the vendor can meet the salient characteristics of the requirement listed above. Past performance will be evaluated based on information provided by the offeror as to actual sales of similar, proposed efforts to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications and delivery schedules. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The Government will award a contract to the offeror whose offer is determined to be best value to the Government, with technical and past performance factors meeting or exceeding the requirement considered of paramount importance and price factors being of secondary importance. The Government reserves the right to make a n award without discussions. (viii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (ix) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR 52.203-6, FAR 52.219-8, FAR 52.22-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-36, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33, FAR 52.232.6. (xiii) The following additional contract requirement(s) or terms and conditions apply: The following additional contract requirement(s) or terms and conditions apply: DFARS 252.225-7001, the following DFARS clauses cited in this clause are applicable: DFARS 252-7001, DFARS 252.225-7012, DFARS 252.225-7014, DFARS 252.225-7015, DFARS 252.227-7037. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov (x) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as DOC9E. (xi) The following notes apply to this announcement: Number 9. Offers are due on September 16, 2005, by 2:00 PM (local time), at US Army Research Laboratory, RMAC- Adelphi, AMSRD-ACC-AC, 2800 Powder Mill Road, Adelphi, MD 20783-1197 or via email to khawk@arl.army.mil . (xii) For information regarding this so licitation, please contact Kevin Hawk, Contract Specialist at (301) 394-3138, FAX (301) 394-2852 or email at khawk@arl.army.mil .

 

Solicitation number W91247-05-B-0012, Disposal of Scrap Tires, has been cancelled.

 

Document Type: Modification to a Previous Notice

 

Solicitation Number: W91247-05-B-0012

 

Classification Code: 26 -- Tires and tubes

 

NAICS Code: 562920 -- Materials Recovery Facilities

 

Solicitation number W91247-05-B-0012, Disposal of Scrap Tires, has been cancelled.

 

Disposal of Hazardous Waste out of the Pt Lay site

 

Document Type: Combine Solicitation

 

Solicitation Number: FA5000-05-T-0042-DisposalHAZMAT

 

NAICS Code: 562112 -- Hazardous Waste Collection

 

Contracting Office Address: Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500

 

Description

 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 separately. The solicitation number is FA5000-05-T-0042 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated FAR provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Class Deviation 2005-o0001.

 

Current Point of Contact: Tina Spangler, Contract Specialist, Phone 907-552-7557, Fax 9007-552-7497, Email tina.spangler@elmendorf.af.mil - Jerry Webb, Contract Administrator, Phone 907-552-5337, Fax 907-552-7497, Email jerry.webb@elmendorf.af.mil

 

Filing, Storage, Retrieval & Destruction Of Medical Records And Other Types Of Recordes

 

Document Type: Combine Solicitation

 

Solicitation Number: 672-414-0001

 

Set Aside: Total Small Business

 

Contracting Office Address: Attn: Department of Veterans Affairs Business Office, Purchasing & Contracting, Tres Rios Building - San Patricio, 27 Ave. J Gonzalez Giusti, Suite 600, Guaynabo, Puerto Rico 00968

 

Description: The Department of Veterans Affairs (VA) Medical Center, San Juan, Puerto Rico and other Facilities has the requirement to furnish all necessary labor, supplies, space, equipment, personnel, supervision to perform filing, storage, retrieval and destruction of medical records and other types of records in accordance with below specifications. This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation and written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05.

 

Point of Contact - Mary Jane Gugliano, Contract Specialist, Ph: (787) 641-2953, Fx:(787) 781-8721, Contracting Officer - Mary Jane Gugliano, Contract Specialist, Ph:(787) 641-2953, Fx:(787) 781-8721

 

Email your questions to Mary Jane Gugliano at mary.gugliano@med.va.gov

 

Recycling/Shredding Services

 

Document Type: Presolicitation Notice

 

Solicitation Number: SSA-RFP-06-1016

 

Set Aside: Total Small Business

 

NAICS Code: 562998 -- All Other Miscellaneous Waste Management Services

 

Contracting Office Address: Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, SSA Region 4, 61 Forsyth Street, Suite 22T64, Atlanta, GA, 30303

 

Description: This requirement is being procured in accordance with FAR Part 37, Service Contracting and award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. The Social Security Administration, Region IV, intends to issue a Request for Quotations (RFQ) to design, furnish materials, provide labor and furnish Certificates of Destruction and reports for offsite shredding of sensitive documents. NAICS code: 562998. The size standard is $6 million. This requirement is a total small business set-aside. The Request for Quotations (SSA-RFQ-06-1016) will be posted at http://www.fedbizops.gov on or about 8/30/05 with quotations due no later than 9/19/05. Paper copies of the RFQ will not be available. A firm-fixed price purchase order will be issued, with a performance period of 60 days from date of award. Anticipated award date will be on or about 9/23/05. A site-visit will be the responsibility of the prospective contractor. For site-visit, please contact Brad Hohlier at (205) 801-1020. All responsible small businesses may submit an offer which shall be considered. No award will be issued to a prospective contractor or vendor that has not registered in the Central Contractor Registration (CCR) database (www.ccr.gov). Prior to registering in CCR, you must obtain a DUN and Bradstreet number at 1-800-333-0505. No telephone, mail or fax requests will be accepted. *****

 

Point of Contact: Rickie Bowens, Contracting Officer, Phone 404-562-1433, Fax 404-562-5735, Email rickie.bowens@ssa.gov.

 

Removal of Recyclable Materials

Document Type:  Presolicitation Notice

Solicitation Number: 656-19-05

Contracting Office Address: Attn: Department of Veterans Affairs Medical Center, (RM90), 4801 Veterans Drive, St. Cloud, Minnesota 56303-2099

Description: Removal of Recyclable Materials at the VA Medical Center in St. Cloud, Minnesota for the period of October 1, 2005 through September 30, 2006 with four (4) option years.    

 

Issue date is August 30, 2005; Offers will be due by COB at 4pm (local time) on Monday, September 12, 2005.    

 

Electronic solicitation documents may be obtained FREE via the Business Opportunities System website.    

 

Any amendments issued to this solicitation will only be available on the Business Opportunities website. Offerors are advised that they are responsible for obtaining all amendments. The North American Industry Classification Code (NAICS) is #562111, with a size standard of $10.0 million.    

 

This solicitation is subject to the availability of funds. Electronic offers WILL NOT be accepted. All questions are to be submitted in writing

Point of Contact - Colleen Mackereth, Contract Specialist, Ph: (320) 255-6306, Fx:(320) 255-6341, Contracting Officer - Colleen Mackereth, Contract Specialist, Ph:(320) 255-6306, Fx:(320) 255-6341

 

Email your questions to Colleen Mackereth at colleen.mackereth@med.va.gov.

 

No more results found.
No more results found.