Plastic Blasting Media
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-FA4626-06-A-PLASTIC
NAICS Code: 327910 -- Abrasive Product Manufacturing
Contracting Office Address: Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
The contractor must provide a supply of Plastic Blasting Media (PBM), brand name ‘Quick Strip or Equal’ and glass beads for abrasive blasting operations in the 341 MMXS Corrosion Shop.
Operations will be conducted in a new facility. A new blasting booth will be installed and initial system operation is scheduled for 15 May 2006.
Once removal operations begin, used media will contain heavy metals such as lead, cadmium and chromates. It will be considered a hazardous waste unless properly recycled.
Used blasting media must be reclaimed and recycled to prevent the creation of a hazardous waste stream. The contractor must ensure spent media is recycled in manner that complies with all state and federal laws and requirements.
Product specifications require media of Medium 20/40 mesh in 300# drums or equivalent. Also, glass beads will be purchased under the terms of this agreement. An initial purchase of 2,000 pounds of Plastic Media will be required to charge the PBM system with an open purchase agreement to purchase additional supplies as required.
An initial purchase of 200 pounds of glass beads will be required to charge the sand blasting cabinet with an open purchase agreement to purchase additional supplies as required.
The Statement of Work (SOW) covers the requirements for a contract to purchase blasting media to Malmstrom AFB for use in de-painting and removing corrosion. The Contractors shall remove the spent blast media (SBM) from Malmstrom AFB and recycle it in a manner that will prevent it from being considered a solid waste or hazardous waste.
This contract shall provide for media delivery, SBM pick up, transportation and recycling by the contractor as specified herein.
The Contractors shall provide the labor, required equipment, transportation, necessary plant facilities for recycling, ensure regulatory permitting, and obtain all regulatory agency approvals as necessary to legally fulfill the requirements of this SOW.
The Contractor shall provide containers for the collection of the SBM at the generation points on Malmstrom AFB.
The SBM shall be collected in the containers provided by the contractor, labeled by the government, and held by the government for pick up by the contractor. The government will ensure that the SBM is acceptable for pick up. All inspection data by government or contractor will remain on file with the government for a minimum of two years.
When the contractor is notified that a load of SBM is ready for pickup it must be removed within 30 calendar days. The Contractors shall notify the government at least 48 hours ahead of the truck arrival date.
The Contractors shall arrange and pay for transportation from Malmstrom AFB to the contractor facility where recycling occurs. The contractor is solely responsible for the SBM while in transit. If an accident or spill of the SBM occurs while in transit, the contractor is solely responsible for cleanup and for any notifications required by federal, state or local regulations.
All transporting, storing, handling, manufacturing processes, and recycling of the SBM shall be performed within the continental United States.
Contractor shall use the SBM in a recycling process that satisfies the USEPA regulations such that the SBM is not a solid waste and therefore is not a hazardous waste. The federal regulatory requirements, which must be satisfied by the Contractor, follows:
The Contractor shall accept the premise that the SBM is a spent material in accordance with 40CFR 261.1(c)(1). A spent material is any material that has been used and as a result of contamination can no longer serve the purpose for which it was produced, without processing.
A spent material is not a solid waste when it can be shown to be recycled by one of the following three methods. (40CFR 261.2(e)(1))
(i) Used or reused as ingredients in an industrial process to make a product, provided the materials are not being reclaimed; or
(ii) Used or reused as effective substitutes for commercial products; or
(iii) Returned to the original process from which they are generated, without first being reclaimed or land disposed.
The contractor shall specify which of these three methods is used to recycle the SBM and explain in writing how the process satisfies the method.
The contractor shall provide detailed documentation for the recycling process including facility location and layout, product formulation, process flow chart with all equipment shown, production rates, and other pertinent details.
If method (ii) is used, the contractor shall provide documentation showing how much SBM is used in the formulation and what ingredients it is a substitute for shall be provided. Proof that it is an effective substitute shall be provided, such that the toxics along for the ride (TAR) concern, as addressed by EPA, is satisfied. This documentation must be provided to the government.
The products of the recycling process shall be completely described and documented. They shall meet the criteria at 40CFR 261.2(e)(2) as follows.
(i) Recycled products shall not be Applied to the Land. Specifically, applied to the land to mean without limitation such items as fence posts, blocks or concrete block like products or other items that are used underground and/or that are used in contact with the earth. The contractor shall accept this interpretation and shall not propose or use recycling processes that produce such items.
(ii) The recycling process shall not involve materials burned for energy recovery, used to produce a fuel, or contained in fuels; or
(iii) Materials accumulated speculatively?, the definition of which is given at 40CFR 261.1(c)(7)). The SBM, prior to recycle, shall not be accumulated speculatively. The contractor shall provide documentation and data that demonstrates compliance with this requirement for each month that the recycle process has been used.
The contractor shall provide the documentation described in 40CFR 261.2(f) demonstrating that there is a known market for the recyclable material and demonstrating that the recycling of the material meets the requirements for exclusion or exemption contained in 40CFR 261.
The contractor shall recognize and understand that in addition to the USEPA regulations cited herein, the states involved may have regulations that are more stringent or broader in scope. In that case the contractor shall identify those requirements and comply with the state regulations. This applies as a minimum for the state of Montana and for the state or states where the recycling is done.
The contractors shall ensure all containers are properly labeled, sealed, and in good condition for shipping prior to shipping of SBM containers. The contractors shall be responsible for the completion of appropriate information on all labels. The contractors shall replace any damaged containers before transport. The contractor shall provide the government with net weights of each container of SBM transported off Malmstrom AFB.
The contractor shall provide the Government with complete tracking and handling records of each container of SBM. This will include data from the point of pick up through proper recycling of the SBM. This record shall be submitted in updated form each calendar month to the contract administrator and to the Hazardous Waste Program Manager at Malmstrom AFB.
If SBM that is initially designated as recyclable by the government and is later designated and properly disposed of by the Contractor as hazardous waste, the contractor shall provide copies of manifests to the contract administrator and the Hazardous Waste Program Manager. The contractor shall ensure and certify that all actions taken in this regard adhere to all applicable federal, state, and local regulations and permits.
Current Point of Contact: Kim Cooper, Contract Specialist, Phone 406-731-4677, Fax 406-731-4005, Email kim.cooper@malmstrom.af.mil
Ash Recycling Service
Document Type: Presolicitation Notice
Solicitation Number: FA5209-06-R-0012
NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, ., 96328-5228
Description: The contractor shall produce molten slag from ash generated by the base refuse incinerator plant at Yokota Air Base. The quality of molten slag must meet the standard specified in Tokyo Molten Slag Material Guideline, issued by Tokyo Metropolitan Government on 1 Apr 03. The Government’s designated contractor provides the transportation of ash. The PRIM-CONTRACTOR must possesses the business permits for industrial waste treatment, method: intermediate treatment for melting, item: bottom ash and fly ash in accordance with Japanese Waste Management and Public Cleaning Law.
Point of Contact: Motoko Sato, Contract Specialist, Phone 042-552-3010, Fax 042-552-9846, Email motoko.sato.jp@yokota.af.mil - Tomoko Harashima, Contract Specialist, Phone 225-6691, Email tomoko.harashima.jp@yokota.af.mil
Refuse Collection and Recycling Services for Lake Washington Ship Canal, Seattle, Washington
Award Notice
Solicitation Number: W912DW-06-Q-0052
Contracting Office Address: US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
Contract Award Number: W912DW-06-P-0161
Contract Award Amount: $16229
Contractor: Allied Waste Services-Seattle Div dba #175 54 S Dawson Street Seattle, WA 98134-2425
Sealed Bid Sale Of Miscellaneous Scrap Aluminum
Document Type: Sale of Surplus Property
Solicitation Number: NASA-SSALE-060411-001
Classification Code: 96 -- Ores, minerals & their primary products
Contracting Office Address: NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description: Sealed Bid Sale of Miscellaneous Scrap Aluminum. Property is located at the NASA, John F. Kennedy Space Center, Kennedy Space Center, FL.
Inspection dates are April 24 - 28, 2006, from 9:00 am to 3:00 pm, local time. Bid opening is May 9, 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 804200-2006-0017.
Point of Contact: Pauletta K. McGinnis, Sales Contracting Officer, Phone (321) 867-7027, Fax (321) 867-2588, Email Pauletta.K.McGinnis@nasa.gov.
Secure Document Destruction Services for SSA, Region 10
Document Type: Presolicitation Notice
Solicitation Number: SSA-RFP-06-1045
Classification Code: R -- Professional, administrative, and management support services
NAICS Code: 561499 -- All Other Business Support Services
Contracting Office Address: Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, SSA Region 10, 701 5th Avenue, Suite 2900, Seattle, WA, 98104-7075
Description: The contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and other related supplies and services to provide secure shredding services at various Social Security Administration (SSA) Offices throughout the States of Alaska, Idaho, Oregon and Washington.
The period of performance is a base year with four additional one year optional performance periods.
Request for the solicitation package must be received in writing at Social Security Administration, Seattle Regional Office, STE 2900, M/S 302C, 701 Fifth Ave, Seattle, WA 98104-7075. Telephone requests will not be honored. All offerors must be CCR Registered.
Point of Contact: Karl Johnson, Contract Specialist, Phone (206) 615-2166, Fax (206) 615-3612, Email karl.johnson@ssa.gov
Shredding Of Sensitive Documents
Document Type: Sources Sought Notice
Solicitation Number: SSA-RFQ-07-06-0013
Classification Code: R -- Professional, administrative, and management support services
NAICS Code: 561990 -- All Other Support Services
Contracting Office Address: Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, SSA Region 7, 601 East 12th Street, Room 409, Kansas City, MO, 64106
Description: This is not a solicitation announcement. This is a sources sought synopsis to seek an expression of interest from prospective contractors who may be interested in competing for a shredding contract for Social Security Administration (SSA), Region 7.
SSA will use the information gathered from this Sources Sought to determine competition reservations and to develop the bidders list.
Scope of Work: The contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and other related supplies and services to provide secure shredding services at two different locations:
Social Security Administration: Richard Bolling Federal Building, 601 E 12th Street,
Kansas City, Missouri 64106, Social Security Administration, National Records Center (NRC) (Underground)., 601 S 291 Highway, 6000 E Geospace Dr., Independence, Missouri 64056
Shredding services include but not limited to:
Provide secure bins for the storage of confidential documents prior to shredding.
Provide on-site shredding.
Transport, shred, and dispose of all material in secure vehicles.
Provide the agency with a certificate of destruction.
SSA wants to acquire secure document shredding and disposal service that provides a high level of confidentiality and prevents unauthorized disclosure of information.
After review of the responses to this sources sought announcement a solicitation announcement may be published in the Federal Business Opportunities at a later time.
Responses to this notice shall include company name, address, point of contact, size of business pursuant to the North American Industrial Classification Code (NAICS) and must respond to the following questions:
Does your business have a GSA contract for shredding services? Please provide contract number and expiration date.
Is your business a large or small business?
Does your firm qualify as a small or small disadvantaged business?
If disadvantaged specify under which disadvantaged group is your firm certified under Section 8(a) of the Small Business Act?
Are you considered a certified HUBZone firm?
Are you considered a woman-owned or operated business?
Are you a certified Service Disabled Veteran Owned or Veteran Owned?
Contractors responding to this Request for Information / Sources Sought Synopsis shall submit the information to: Marilyn Keck, Contract Specialist, email: marilyn.keck@ssa.gov by 12:00 Noon CDT April 21, 2006.
Any information submitted by respondents to this synopsis is strictly voluntary. This synopsis does not constitute a Request for Quote (RFQ), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request.
Question concerning this requirement should be electronically sent to Marilyn Keck, email: marilyn.keck@ssa.gov.
Latest from Recycling Today
- 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
- Flexible plastic packaging initiative launches in Canada