Recycling Services
Document Type: Combine Solicitation
Solicitation Number: RFPHER-0004
NAICS Code: 423930 -- Recyclable Material Merchant Wholesalers
Contracting Office Address: Department of Justice, Bureau of Prisons, FCI Herlong, 741-925 Herlong Access Road A-25 P.O. Box 900, Herlong, CA, 96113
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is unrestricted. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
RFP HER-0004 is issued as a Request for Proposal. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-03.
General Requirements: The Federal Bureau of Prisons, Federal Correctional Institution located at 741-925 Herlong Access Road A-25, Herlong, California, 96113, is seeking proposals from responsible contractors for the sale and recycling of recyclable commodities. The scope of this contract includes a reporting requirement and the removal and transportation of recyclable commodities.
Schedule Of Items: All items have an estimate annual quantity following the description. OCC (old corrugated cardboard),14,400 lbs, shredded paper, 2,400 lbs, aluminum (including beverage containers),1,200 lbs, tin,2,000 lbs, plastic wrap (shrink wrap), 800 lbs, used clothing, 1,000 lbs
pallets (40x48), 4,000 lbs, used oil, 1,000 lbs, anti-freeze, 1,000 lbs, used tires,250 lbs
light bulbs with mercury, 12,000 lbs, brass (from firing range), 100 lbs, toner cartridges (from printers and fax machines), 100 lbs, bulk scrap metal, 200 lbs, batteries, 100 lbs
Contractors are cautioned that this is an estimated weight, and as such, the actual weight could vary significantly.
Please provided a proposed pickup schedule and payment schedule.
period of performance: Consists of base year which begins upon contract award and ends September 30, 2006 and one option year beginning October 1, 2006 ending September 30, 2007.
EVALUATION FACTORS: The Government intends to make an award to the offeror whose proposal represents the best value to the Government.
Contract Clauses And Solicitation Provisions: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Apr 2005); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, Instructions to Offerors Commercial Items (Jan 2004); 52.212-3, Offeror Representations and Certifications--Commercial Items (Mar 2005).
Department Of Justice Contractor Residency Requirement (Bureau of Prisons Clause) (JUNE 2004)
For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have:
1. legally resided in the United States (U.S.);
2. worked for the U.S. overseas in a Federal or military capacity; or
3. been a dependent of a Federal or military employee serving overseas.
If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm.
By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction.
Notice Of Contractor Personnel Security Requirements (Oct 2005)
Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201)1 entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I.
1. Long-Term Contractor Personnel:
In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005:
a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, " Employment Eligibility Verification, " and at least one document must be a valid State or Federal government-issued picture ID);
b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official;
c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level:
High Risk - Background Investigation (5 year scope)
Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI)
Low Risk - National Agency Check with Inquiries (NACI) investigation
d. The pre-appointment BI waiver requirements for all position sensitivity levels are
1) Favorable review of the security questionnaire form;
2) Favorable fingerprint results;
3) Favorable credit report, if required;3
4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and
5) Favorable review of the National Agency Check (NAC)4 portion of the applicable BI that is determined by position sensitivity/risk level.
A badge may be issued following approval of the above waiver requirements.
If the NAC is not received within five days of OPM ' s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results).
e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked.
2. Short-Term Contractor Personnel:
It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are:
a. Favorable review of the security questionnaire form;
b. Favorable fingerprint results;
c. Favorable credit report, if required;5 and
d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated.
A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process.
For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered ?long-term? and must be cleared according to the long-term requirements as stated in this interim policy.
3. Intermittent Contractors:
An exception to the above-mentioned short-term requirements would be intermittent contractors.
a. For purposes of this policy, ?intermittent? is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract.
b. Contractors requiring intermittent access should follow the Department?s escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access.
c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required.
d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space.
e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year.
4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements.
5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice.
1 FIPS 201 is available at: www.csrc.nist.gov/publications/fips/fips201/FIPS-201-022505.pdf
2 Under HSPD-12, long-term contractors are contractors having access to DOJ information systems and/or DOJ facilities or space for six months or longer. The PIV-I identity proofing process, including initiation and adjudication of the required background investigation, is required for all new long-term contractors regardless of whether it is the current practice to issue a badge. The second phase of HSPD-12 implementation (PIV-II) requires badge issuance to all affected long-term contractors.
3 For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package.
4 In order to avoid a delay in the hiring process, components should request an Advance NAC Report when initiating investigations to OPM. Per OPM ' s instructions, to obtain an Advance NAC Report, a Code " 3" must be placed in block " B " of the " Agency Use Only " section of the investigative form. This report is available for all case types.
5 For contractors in position sensitivity/risk levels above level 1, a favorable review of a credit check is required as part of the pre-appointment waiver package.
Unsafe Conditions Due To The Presence Of Hazardous Material (JAR 2852.223-70) (JUN 1996)
(a) "Unsafe condition" as used in this clause means the actual or potential exposure of contractor or Government employees to a hazardous material as defined in Federal Standard No. 313, and any revisions thereto during the term of this contract, or any other material or working condition designated by the Contracting Officer's Technical Representative (COTR) as potentially hazardous and requiring safety controls.
(b) The Occupational Safety and Health Administration (OSHA) is responsible for issuing and administering regulations that require contractors to apprise its employees of all hazards to which they may be exposed in the course of their employment; proper conditions and precautions for safe use and exposure; and related symptoms and emergency treatment in the event of exposure.
(c) Prior to commencement of work, contractors are required to inspect for and report to the contracting officer or designee the presence of, or suspected presence of, any unsafe condition including asbestos or other hazardous materials or working conditions in areas in which they will be working.
(d) If during the performance of the work under this contract, the contractor or any of its employees, or subcontractor employees, discovers the existence of an unsafe condition, the contractor shall immediately notify the contracting officer, or designee (with written notice provided not later than three (3) working days thereafter) of the existence of an unsafe condition. Such notice shall include the contractor's recommendations for the protection and the safety of Government, contractor and subcontractor personnel and property that may be exposed to the unsafe condition.
(e) When the Government receives notice of an unsafe condition from the contractor, the parties will agree on a course of action to mitigate the effects of that condition and, if necessary, the contract will be amended. Failure to agree on a course of action will constitute a dispute under the Disputes clause of this contract.
(f) Nothing contained in this clause shall relieve the contractor or subcontractors from complying with applicable Federal, State, and local laws, codes, ordinances and regulations (including the obtaining of licenses and permits) in connection with hazardous material including but not limited to the use, disturbance, or disposal of such material.
Submission Of Quotations: Vendors will be required to submit the following information on company letterhead or business stationary directly to the contracting officer: 1. The Request for Proposal number (RFP HER-0004); 2. Schedule of Items with Pricing; 3. Contractor DUNS Number and Taxpayer Identification Number; and 4. A complete copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004).
All responsible sources may submit a proposal which will be considered by this agency. Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered at www.ccr.gov. Faith-Based and Community-Based Organizations have the right to submit proposals equally with other organizations for contracts for which they are eligible. All responsible sources are encouraged to submit a written proposal which will be considered for award.
Proposals are due no later than February 28, 2006 3:00 p.m. local time. Proposals received after this date and time will not be considered for award. The postal mailing address is: Federal Correctional Institution, Attn: Ann Layne, Contract Specialist, PO Box 900, Herlong, CA 96113-0900. Hand delivery or express mail to 741-925 Herlong Access Road A-25, Herlong, CA 96113. Proposals may also be faxed to (530) 827-8036 or e-mailed to her5684@bop.gov. The anticipated date of award is on or about March 10, 2006.
This solicitation is distributed solely through the General Services Administration’s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition.
Point of Contact: Donna Grube, IMS, Phone 530-827-8000 EXT 4138, Fax 530-827-8036, Email her6014@bop.gov - Christina Wade, Supervisory Contract Specialist, Phone (530) 827-8148, Fax (530) 827-8036, Email cbwade@bop.gov
Request For Information E-Waste Recycling Program
E-WASTE RECYCLING PROGRAM 01 -
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-R-0001-EWASTERECYCLING
NAICS Code: 562998 -- All Other Miscellaneous Waste Management Services
Contracting Office Address: United States Postal Service, Supplies and Services Purchasing, Professional Printing & Creative Sercives CMC, 475 L'Enfant Plaza SW Room 4541, Washington, DC, 20260-6255
Description: This is a request for information seeking firms with the capabilities to conduct a broad range e-Waste recycling. This could include ink jet and laser printer cartridges, cell phones, computer hardware and peripherals, as well as other household electronics.
Questions regarding responses to this RFI or general questions regarding the content, objectives, or nature of this RFI may be sent within 14 days of the initial posting date by email only, to Daniel Barrett, at daniel.j.barrett@usps.gov.
Point of Contact: Trent Ensley, Purchasing Specialist, Phone 202-268-5787, Fax 202-268-2595, Email Trent.Ensley@.usps.gov - Trent Ensley, Purchasing Specialist, Phone 202-268-5787, Fax 202-268-2595, Email Trent.Ensley@.usps.gov
Place of Performance: Address: 475 L'Enfant Plaza, SW Room 5670 Washington, DC
Postal Code: 20260-5670
Used Tires/Scrap Rubber, DRMO Texarkana, Hood and surrounding areas
Document Type: Combine Solicitation
Solicitation Number: SP4410-06-R-9000
Set Aside: Total Small Business
NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
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 is issued as a Request for Proposal (RFP) SP4410-06-R-9000. This RFP is for the Defense Reutilization and Marketing Service (DRMS) for the disposal of tires/scrap rubber and designated rimmed tires(see clause B.26).
The solicitation incorporates provisions and clauses through Federal Acquisition Circular 2001-3.
This procurement is a 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 562219 with a small business size standard of $11.5M per FAR 52.219-1 and 52-219-6.
The resulting contract will be subject to the Service Contract Act. The resulting contract will be a performance based firm-fixed priced, indefinite delivery, indefinite quantity (IDIQ) contract.
The price quote shall include a completed FAR 52.212-3, Offerors Representations and Certifications Commercial Items.
The following provisions/clauses apply to this RFP: FAR 52.212-1, Instructions to Offerors’ Commercial; FAR 52-212-2, Evaluation Commercial; 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 and applicable clauses are applicable to the RFP. FAR 52-212-1 (c) is changed to reflect that the offeror agrees to hold prices from 30 to 45 days. Solicitation clause C.13, Insurance Coverage Amounts and FAR 52-228-5, Insurance Work on a Government Installation, requires insurance coverage requirements listed. Insurance certificate shall be provided to the contracting officer within 10 days from the date of award. Wage Determinations 94-2236 Rev. 23, dated 06/14/2005; and 94-2523, Rev. 24, dated 08/02/2005 are applicable to this RFP. The clauses and provisions included in this RFP by reference can be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://farsite.hill.af.mil/. For DRMS local clauses see http://www.drms.dla.mil/drmsp/clauses/drmscls0902.pdf. The contract will be awarded based on the evaluation factors of Past Performance Equal to Price. Evaluation of Past Performance is listed in provision E.3. The following require fill-in by the offerors: Section B - Bid Schedule, Section E - E.4 and E.8 must be submitted with your proposal. To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov or call 1-888-227-2423 regarding questions to the CCR. Questions regarding this combined synopsis/RFP must be submitted in writing by facsimile to James Manring at (269)961-4474, or email jim.manring@dla.mil. The issue date for this RFP is 08 Feb 2006, and the closing date is 24 Feb 2006. To obtain a copy of the full RFP access the DRMS homepage at http://wex.drms.dla.mil. On the left side of the web page, click on PROCUREMENT and then locate the RFP identified above. Submit complete RFP packages by mail to Defense Reutilization and Marketing Service, Attn: James Manring, DRMS-POB, 74 North Washington Avenue, Battle Creek, MI 49017-3092 or by facsimile to (269)961-4474. All responsible sources may submit a proposal which shall be considered for award.
Point of Contact: James Manring, Contract Specialist, Phone 269-961-7131, Fax 269-961-4474, Email Jim.Manring@dla.mil - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@dla.mil.
Sealed Bid Sale Of Misc. Scrap Wire And Cable
Document Type: Sale of Surplus Property
Solicitation Number: NASA-SSALE-060206-001
Classification Code: 59 -- Electrical and electronic equipment components
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description: Sealed Bid Sale of Misc. Scrap Wire and Cable. Contract will cover property received from May 1, 2006 April 30, 2007. Property is located at the NASA, John F. Kennedy Space Center, Kennedy Space Center, FL. Inspection dates are February 27 March 3, 2006, from 9:00 am to 2:00 pm, local time.
Bid opening is March 14, 2006, at 2:00 pm local time. A copy of the Invitation for Bid may be obtained from the Internet at: http://surplus.ksc.nasa.gov or call 321-867-2287 and ask for Sale Number 804200-2006-0012.
Point of Contact: Pauletta K. McGinnis, Sales Contracting Officer, Phone (321) 867-7027, Fax (321) 867-2588, Email Pauletta.K.McGinnis@nasa.gov.
Click here for the latest information about this notice -- RFP Information
Shredding Services:
Solicitation number: 244-06-01281
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