Requests for Proposal (RFPs) for the Week

Several collection projects, a toner recycling project, and an award announcement are included this week.

Collection of Solid Waste and Recyclable Materials at Fort Leavenworth, Kansas.

 

Document Type:  Presolicitation Notice

 

Solicitation Number: W912DQ-06-R-0017

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896

 

Description: This acquisition is for commercial items or services. The contractor shall furnish all labor, equipment, and supplies according to the Request for Proposal.    

 

Fort Leavenworth requests a proposal for the collection of both residential an d commercial solid waste and recyclable materials for the installation. Fort Leavenworth currently provides all waste and recyclable collection in house.     

 

A 5-year history of the tonnage of collected solid waste and recyclable materials will be attached t o the solicitation.    

 

This proposal will provide a 1-year contract with 4 years of options which will subsequently be awarded yearly based upon the contractor’s performance from the previous year.    

 

Prices submitted will be used for the duration of the contract. All containers required to fulfill the contract shall be supplied by the contractor and they shall be maintained and replaced as required.

 

Residential solid waste collection. All residential solid waste shall be collected once a week on a weekly basis. The residential areas are broken into 22 different areas which require different sized carts / containers. The contractor shall deliver and setup, if required, all carts and containers to each residential unit. The contractor is required to provide and maintain all carts and containers supplied to the installation. The contractor shall inform all residents of the pickup day and pickup location for each area as applicable. The contractor will provide information with each cart detailing the types of waste that are acceptable. 6-plex residential units. The 6-Plex residential units shall be collected using an 8 cubic yard front load type containers. A total of 7 containers are required.    

 

Other residential units. Each historical residential unit shall be provided with one 95-gallon cart. A total of 1485 carts are required.    

 

Residential curbside recycling. The contractor will provide one 18-gallon recycling bin to each residential unit. A total of 1583 bins are required. The initial bin will be provided and will be delivered and provided to the residential units. With deli very of the bin the contractor shall inform the individual where and when the bin shall be placed for pickup and a list of acceptable recyclable materials.    

 

The contractor will provide once a week collection on a weekly basis for each recycling bin placed at the curbside or designated location on the regularly scheduled pick up day. This will coincide with the residential curbside waste pick up day. All recyclable materials collected from Fort Leavenworth will be recycled and not disposed of in a solid waste landfill.

 

Commercial solid waste collection. The contractor shall provide front load type containers at the specified locations shown in the attachment of the solicitation. The attachment lists the locations of containers, size of container(s), and frequency of pickup. The number and size of the containers at each location may be adjusted during this contract to suit the level of waste being generated at each facility.

 

Commercial recycling. The contractor will provide thirty five - 6 cubic yard front load type containers at specified locations for the collection of commercially generated recyclable office paper. It will be the responsibility of Fort Leavenworth to ensure that to the fullest extent possible, only acceptable materials are placed into the recycling containers. A sign or a placard shall be displayed, by the contractor, detailing the containers as recycling only.     Containers shall be picked up as required.

 

Seasonal solid waste containers. At times the installation will require additional solid waste roll-off containers to be provided at various locations with-in the installation.

 

These will be used for the collection of various solid waste items. Such as for the collection of large items that are not normally acceptable as regular household waste. Such items include, but not necessary limited to: household appliances, furniture, mattresses, and box springs. The type and size of the container(s) needed will be given when requested.    

 

Contractor shall supply the requested sized container(s) 20, 30, or 40 cubic yard at the requested location(s) with in 36 hours. Container shall then be picked up based upon installation guidance.    

 

It is anticipated that the weight of solid waste materials in the dumpster will not exceed the container limits.

 

Records to be supplied. The contractor on a quarterly basis shall supply the Fort Leavenworth Solid Waste Manager individual records of residential solid waste, residential recyclables, commercial solid waste and commercial recyclables tonnage.     The information can be sent to the following address: James Norwood, 810 McClellan Ave. Fort Leavenworth, Kansas 66027-1360, Phone (913)-684-3306.

 

Payment will be made on a monthly basis based upon the number of containers picked up each month with the price submitted on the bid sheet. Contractor shall submit payment information to, Duane Tunink 600 Thomas Ave. Fort Leavenworth, Kansas 660 27-1417, Phone 913-684-3100.

 

Installation access. Fort Leavenworth is a secure installation and will require special procedures for access to the post. All vehicles entering the post are required to stop and be inspected by security. Safety while on the installation. The contractor shall obey all traffic laws while on the installation and pay extra attention in residential areas. All State and local regulations shall be followed while materials are being collected. Additional required information: The contractor shall supply with his bid the required data called for in sections 00110 and 00120 in which the proposals will be evaluated against. Failure to submit this information will result in the proposal being rate d as Non-Acceptable.

 

Government point of contact. All inquiries shall be directed to: Carlos Clayton, Contract Specialist by e-mail at carlos.e.clayton@usace.army.mil phone (816)-983-3746 Michael Chirpich, Project Manager by e-mail at michael.c.chirpich@usace.army.mil. phone (816)-983-3452. The NAICS code for this solicitation is 562111, the Federal Supply Code is S205, the SIC code is 4212, and the small business size standard is $10,500,000.00. This solicitation contains a base period plus four option periods if exercised. The base year period of performance runs from 01 March 2006 to 28 FEB 2007. The period of performance for Option period 1 runs from 01 March 2007 to 28 FEB 2008. The period o f performance for Option period 2 runs from 01 March 2008 to 28 FEB 2009. The period of performance for Option period 3 runs from 01 March 2009 to 28 FEB 2010. The period of performance for Option period 4 runs from 01 March 2008 to 28 Feb 2011. The government will award a contract from this request for proposals to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and non-price related factors considered.    

 

The selection of the contractor will utilize the Lowest Price Technically Acceptable Source Selection Process (SSP). The SSP board will evaluate the following Technical factors from each offeror, which are all equally weighed.    

 

Factor 1 - Yearly Solid Waste Collection. The Offeror must submit records for the past 5 years showing on a yearly basis the amount of solid waste material that is handled/collected and must show the ability to handle at a minimum 5000 tons per year of solid waste.    

 

Factor 2 - Yearly Recyclable Material s Collected: The Offeror must submit records for the past 5 years showing on a yearly basis the amount of recyclable material that is ha ndled/collected and must show the ability to handle at a minimum 1500 tons per year of recyclable materials.    

 

Factor 3 - Details showing Recyclable Materials from Fort Leavenworth will not be disposed of in a landfill: The Offeror must submit information showing that recyclable materials collected from Fort Leavenworth will not be disposed of in a landfill. Relative weighting of the Technical Factors 1, 2, and 3 are equal to each other. Technical (Volume 1) is more important than Price (Volume 2). Note , failure to satisfy the requirements for any one factor will result in the offeror being non-acceptable for the solicitation.       Volume 1 Technical must be rated Acceptable for Volume 2 Price to be considered. All responsible sources may submit an offer, which will be considered by this agency. The Solicitation package shall be available on February 3, 2006 on FedTeds.    

 

The solicitation will be posted at the following web address,     http://www.fedteds.gov. One must register on FedTeds in order to receive any solicitation.     Once registered on FedTeds you may request authorization to view and download the solicitation and all attachments.      

 

Proposals are due February 17, 2006 no later than 4:00 pm (central standard     time).     Questions of a technical nature may be addressed to Mr. Steven Whetzel at 785-546-2294. Questions of a Contractual nature may be addressed to Carlos Clayton at 816-983-3746.    

 

Offer or representations and certifications. Prior to quoting, vendors must complete online the Representations and Certifications. To do so requires CCR Registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov.       

 

Required CCR Registration: Prior to submitting a proposal, vendors must be actively registered in the Central Contract Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be     accomplished, at www.ccr.gov. By submission of a proposal, an offeror acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer t o CCR clause (either 252.204-7004 or 52.204-7) Also, Federal Acquisition Regulation (FAR) requires offerors to provide representations and certifications electronically via the BPN website at https:/www.bpn.gov/ocra/vendor as a prerequisite to receiving solicitation, to update the representations and certifications as necessary, but a least annually, to keep them current, accurate and complete, and to make changes that affect only one solicitation by completing the appropriate sections of either paragraph (j) of FAR provision 52.212-3 or FAR provision 5 2.204-8, whichever is included in the solicitation.

 

Point of Contact: Carlos Clayton, 816-983-3746. Email your questions to US Army Engineer District, Kansas City at carlos.e.clayton@nwk02.usace.army.mil

 

Recycling Services

 

Document Type:  Award Notice

 

Classification Code: S -- Utilities and housekeeping services

 

Contracting Office Address: Attn: Department of Veterans Affairs Medical Center, 1201 NW 16th Street, Miami, Florida 33125

 

Contract Award Number: V546P-4610

 

Contract Award Amount: $578,481.72

 

Contractor: Valet Waste Management, 4402 S.W. Cacao Street, Port Saint Lucie, Florida, 34953

 

Mountain Home AFB Refuse Collection

 

Document Type:  Sources Sought Notice

 

Solicitation Number: FA4897-06-R-0002

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296

 

Description: The contractor shall perform refuse, recycling, and compost collection, including transportation and disposal of collections, at Mountain Home Air Force Base, Idaho.    

 

The contractor shall focus on safety, environmental compliance, sanitation, and customer service. All refuse shall be taken to an off-base permitted disposal site while recyclables and compost shall be taken to an on-base collection point.

 

Industrial refuse collection shall consist of the contractor collecting and disposing of base refuse from dumpsters and or enclosures prior to reaching overflow conditions at industrial and commercial areas on base. The contractor shall provide and maintain all refuse collection containers, which will be leak-proof and constructed with non-combustible materials. Additionally, container lids must have the ability to resist nature-induced openings, such as high wind gusts, that can be expected to occur in our geographic location. The contractor will also be expected to have the ability to collect items such as couches, piping, washers, dryers, televisions, computers, etc. from the industrial/commercial locations within a reasonable amount of time. Compensation of this collection type shall be based on tonnage.

 

Residential refuse collection shall consist of the contractor providing weekly curbside collection of refuse within the military family housing (MFH) area in a manner which will not create any undue disturbances of the peace. The contractor will be expected to provide and maintain containers to MFH residents. Compensation of this collection type shall be based on tonnage.

 

Recycling collection shall consist of weekly curbside collection of individual MFH residents sorted recycle materials to the base recyclable processing center. This will be accomplished in a manner similar with residential refuse collection. Recycling collection shall be transported to the base recycle center. Compensation for this collection type shall be based on pounds.

 

The contractor shall provide weekly pickup of MFH area individual residents unit yard waste from 1 April through 31 December to include collection of Christmas trees. The contractor shall deliver the yard waste and Christmas trees to a designated area at recycle center on-base.    

 

       Basic estimated workloads of the above mention materials are as follows:

 

Basic Estimated Workload Data

 

Item     Name                                 Estimated Annual Quantity

 

1           Refuse                                               2600       Tons,

 

2           Ash                                                     0       Tons,

 

3           Paper Recyclables                         22.2       Tons,

 

             (Newsprint & Magazines)      

 

4           Glass Recyclables               12.5       Tons,

 

5           Plastic Recyclables                 7.2       Tons,

 

6           Compost Material                                 200       Tons,

 

7           Cardboard                                   36       Tons,

 

8           Housing Units                               1300       Units,

 

9           Distance to Disposal Site             22       Miles,

 

10         Distance to Recyc. Center               0 Miles,

 

             (On Base)      

 

 

 

Applicants also are asked to answer the following questions:

 

1)       Is your company registered in Central Contractor Registration (CCR)?     If so please provide your DUNS number and Cage Code.

 

2)     What size is your company in accordance with SBA guidelines?

 

 

 

Subpart 19.10 -- Small Business Competitiveness Demonstration Program

 

19.1001 -- General.

 

The Small Business Competitiveness Demonstration Program was established by the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). The program is implemented by a joint OFPP and SBA Policy Directive and Implementation Plan, dated May 25, 1999. The program consists of two major components--

 

(a) Unrestricted competition in designated industry groups; and

 

(b) Enhanced small business participation in 10 agency targeted industry categories.

 

19.1002 -- Definitions.

 

Emerging small business, as used in this Subpart, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity.

 

Emerging small business reserve amount, for the designated groups described in 19.1005, means a threshold established by the Office of Federal Procurement Policy of

 

(1) $25,000 for construction, refuse systems and related services, nonnuclear ship repair, landscaping and pest control services; and

 

(2) $50,000 for architectural and engineering services.

 

19.1003 -- Purpose.

 

The purpose of the Program is to --

 

(a) Assess the ability of small businesses to compete successfully in certain industry categories without competition being restricted by the use of small business set-asides. This portion of the program is limited to the designated industry groups listed in section 19.1005.

 

(b) Expand small business participation in 10 targeted industry categories through continued use of set-aside procedures, increased management attention, and specifically tailored acquisition procedures, as implemented through agency procedures.

 

(c) Measure the extent to which awards are made to a new category of small businesses known as emerging small businesses (ESBs), and to provide for certain acquisitions to be reserved for ESB participation only. This portion of the program is also limited to the designated industry groups listed in section 19.1005.

 

19.1004 -- Participating Agencies.

 

The following agencies have been identified as participants in the demonstration program:

 

The Department of Agriculture.

 

The Department of Defense, except the National Imagery and Mapping Agency.

 

The Department of Energy.

 

The Department of Health and Human Services.

 

The Department of the Interior.

 

The Department of Transportation.

 

The Department of Veterans Affairs.

 

The Environmental Protection Agency.

 

The General Services Administration.

 

The National Aeronautics and Space Administration.

 

19.1005 -- Applicability.

 

(a) Designated industry groups.

 

NAICS CODE       NAICS DESCRIPTION

 

4. Refuse Systems and Related Services

 

562111       Solid Waste Collection or

 

562119       Other Waste Collection or

 

562219       Other Nonhazardous Waste Treatment and Disposal

 

PSC S205       Trash/Garbage Collection Services?including Portable Sanitation Services

 

Finally, please fill out and return the following market research survey to either Gene Randall or Terry Oakland via email (gene.randall@mountainhome.af.mil, terry.oakland@mountainhome.af.mil) or by fax to 208-828-3101.    

 

Market Research Survey

 

Refuse/Recycle/Compost Collection Services

 

Mountain Home Air Force Base, Idaho

 

Please answer the following questions and return to 366 CONS/LGCA2

 

 

 

Business_______________________

 

Address_______________________

 

                         ________________________

 

 

 

Phone______________Cell_______________Fax________________

 

 

 

 

 

1.       Are you capable of performing collections services using manual collection methods only?

 

2.       Are you capable of performing collection services using semi- automated methods only or in conjunction with other methods?

 

3.       Are you capable of performing using fully automated methods only or in conjunction with semi-automated and manual methods?

 

4.       Are there industrial containers with self closing lids available within the industry capable of withstanding 80mph winds?

 

5.       Are there industrial containers available within the industry which are leak proof?

 

6.       Is your company capable of providing containers with a specific paint scheme?

 

7.       Does your company have the capability to wash containers on a monthly frequency?

 

8.       What methods does your company apply to maintain containers in a clean, presentable and odor free condition, and how often?

 

9.       Is or has your company been compensated based on the tonnage collected?

 

10.       What safety standards do your collection vehicles meet?

 

11.       Do companies charge a fuel surcharge for distances covered over specific mileage per week or per month?

 

12.       Are the containment areas of refuse trucks leak proof?

 

13.       Are trucks equipped with onboard scales, capable of weighing individual containers?

 

14.       What fees or discounts are associated with your company utilizing licensed regional landfills?

 

15.       Does your company utilize roll off type containers, and or roll off compactor containers, what capacity?

 

16.       Does your company utilize commercially available recycle collection vehicles?

 

17.       Is your company capable of separating recycling products into separate bins on a vehicle?

 

18.       Does your company have the capability to operate a recycling operation ie., collection, separation, packaging and marketing?

 

19.       Is your company capable of collecting from the curb bagged yard waste?

 

20.       What types of methods are utilized for yard waste collection?

 

21.       What type of quality control methods are employed by your company?

 

22.       Does your company routinely provide education materials door to door? If not, what method is collection information distributed to the public?    

 

Any other information pertinent to the collection industry?

 

Point of Contact: Gene Randall, Contract Specialist, Phone 208-828-6485, Fax 208-828-2658, Email gene.randall@mountainhome.af.mil - Mrs Terry Oakland, Contracting Officer, Phone 208-828-3103, Fax 208-828-6486, Email terry.oakland@mountainhome.af.mil.

 

Toner Recycling/Selling Agreement

 

Document Type:  Presolicitation Notice

 

Solicitation Number: 244-06-01292

 

Contracting Office Address: Attn: Department of Veterans Affairs Pittsburgh Healthcare System, Contracting Officer, (04A-H), 7180 Highland Drive, Pittsburgh, Pennsylvania 15206

 

Description: The VA Pittsburgh Healthcare System is seeking a contractor to buy our used/empty ink jet printer, laser printer, and laser/inkjet fax printer toner cartridges. These cartridges include recycled and OEM cartridges. The contractor shall pick up the used cartridges on a scheduled basis at VAPHS facility located at 7180 Highland Drive, Pittsburgh, PA 15206. The issue of the RFQ is today, January 27, 2006.    

 

Responses are due NLT February 6, 2006 at 4:00 p.m. You may respond in writing to Kathy Policicchio (04A1-H), VA Pittsburgh Healthcare System, 7180 Highland Drive, Pittsburgh, PA 15206 or by fax to (412) 365-5444, or by e-mail to Kathleen.Policicchio@med.va.gov.

 

To view the proposal click on the following link: http://www.bos.oamm.va.gov/BosPublicDownloads/244-06-012920001.doc

 

Vessel Removal Operations

 

Document Type:  Presolicitation Notice

 

Solicitation Number: HSCG84-06-Q-HYV757

 

NAICS Code: 562111 -- Solid Waste Collection

 

Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113

 

Description: The United States Coast Guard Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA anticipates issuing a Request For Quotation (RFQ) HSCG84-06-Q-HYV757 in support of Hurricane Katrina Vessel Removal Operation.

 

The contractor will be responsible for the removal of seven (7) grounded commercial vessels, located in Industrial Canal in Gulfport, Mississippi, as described in the attached spreadsheet, which lists all vessel names, numbers, descriptions, geographic locations, and required action.    

 

Contractor will also be responsible for their associated oil and hazardous materials, if this has not already been completed. Vessel removal actions shall be conducted in a manner that minimizes impacts to natural resources.    

 

During salvage and removal operations, an environmental response contractor shall be on-scene and capable of cleaning up a worst-case discharge from the vessel.    

 

Firms are strongly advised to conduct a site visit. To coordinate the site visit, please contact LT Drew Casey, USCG Sector Mobile, at (251) 583-8029.    

 

Firms must be registered in the CCR database before offer is submitted. Lack of registration in the CCR will make an offer Ineligible for award.    

 

This is a full and open competition and the NAICS Code is 562111. This is a Firm Fixed Price procurement. The RFQ will be issued on or about February 10, 2006 via Internet at http://www.fedbizopps.gov.       

 

Quotation is due on or before February 16, 2006, at 4:30PM Standard Local Time, via fax or email, to the attention of Ms. Xiomarys Vargas at fax 757-628-4134, or e-mail at Xiomarys.A.Vargas@uscg.mil.

 

The quotation should include (1) A lump sum for CLINs 0001 through 0007; (2) Technical description of the items being offered, as required by this solicitation; (3) Past performance information; and (4) A completed Offeror Representations and Certifications. All responsible sources may submit a quotation, which shall be considered by the Coast Guard. If you have any questions regarding this combined synopsis/solicitation, contact Ms. Vargas at 757-628-4118.

 

Point of Contact: Xiomarys Vargas, Contract Specialist, Phone 757-628-4118, Fax 757-628-4134/4135, Email xvargas@mlca.uscg.mil - Xiomarys Vargas, Contract Specialist, Phone 757-628-4118, Fax 757-628-4134/4135, Email xvargas@mlca.uscg.mil

 

No more results found.
No more results found.