Requests for Proposal (RFPs) for the Week

Several shredding bids, recycling programs and equipment sales are posted the week of Sept. 22.

Solicitation Information for Miami Dade County’s Curbside Recycling Industry Day

Due Date: 9/28/2006 Time: 2:00:00 PM

Miami-Dade County is interested in developing and implementing and innovate, effective and economical Curbside Recycling program to serve more than 330,000 households in the County’s service area. Interested recycling service providers are invited to participate in the County’s Industry Day. Download the letter of invite for full details

Purchase and Removal of Mixed Scrap and Aluminum

Bid due: Sep 29, 2006

Bid Number 1854

The city of Milwaukee is accepting bids for a city wide vendor contract for the purchase and removal of Miscellaneous mixed scrap metal and scrap mixed aluminum breakage "as is and where is" for a three-year period.

From date of award with the option to renew for two additional one-year periods upon mutual consent. This scrap is for recycling purposes only.

Contact Information: Janine Wilant at jwilan@milwaukee.gov <mailto:jwilan@milwaukee.gov>, or via telephone at 414-286-3916

For more information click on the following link -- <http://www.ci.mil.wi.us/display/displayFile.asp?docid=336&filename=/Groups/doaPurchasing/Bids/bid1854.pdf>.

City of Dover

Sealed bids for Interim Action at the Capitol Scrap Yard Site (DE-1171) will be received by the Downtown Dover Development Corporation, C/O the City of Dover, City Hall Building, The Plaza, 15 East Loockerman Street, Dover, Delaware 19901 until 2:00 P.M. local time on October 18, 2006, at which time they will be publicly opened and read aloud at the Office of the City Clerk. Bidder bears the risk of late delivery. Any bids received after the stated time will be returned unopened.

The Project involves excavation of debris and soil, demolition of structures, waste disposal, and site restoration. Activities must be performed in accordance with the Delaware Regulations Governing Hazardous Substance Cleanup, and approved Interim Action / Remedial Investigation Work Plan, and other local, state, and federal requirements.

To view the RFP click on the following link -- <http://www.cityofdover.com/media/bids/DDDC-CapitolScrap-InvitationToBid.pdf>

Foundry Salvage Project

Bid Opening Date: Oct. 4, 2006

Project No(s): 92-601: Town of New Haven: I-95 New Haven Harbor Crossing Corridor Improvements, Yale Boathouse and Fitch Foundry Salvage/Demolition Contract.

Engineer, Joseph DeMarco, District No. 3, New Haven.

Contact Name: Contract Administration. Email, DOTContracts@po.state.ct.us <mailto:DOTContracts@po.state.ct.us>, telephone (860) 594-3390 FAX: (860) 594-3370. Web site: <http://www.ct.gov/dot/cwp/view.asp?a=1378&q=259252>

Shredder Service

Document Type: Presolicitation Notice

Solicitation Number: TIRSE-06-Q-00040

NAICS Code: 561621 -- Security Systems Services (except Locksmiths)

Contracting Office Address: Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, GA, 30341

Description: On-site operation and maintenance of the Government-owned Document Shredder System located at the Memphis Internal Revenue Service Center (MIRSC), Memphis, TN. The shredder system includes: heavy-duty industrial shredder SEM Model No.A5010, the AMS-T2 Tipper and the 400 Services Bale master Baler. The contractor will be responsible for shredding and disposing of designated paper trash for the MIRSC office.

Services include the development and implementation of contractor's approved recycling program. Recyclable items include office paper, wooden pallets, computer tapes, microfilm cartridges, toner cartridges, and any other material deemed recyclable in the future.

The contract term is expected to cover a base period (01/01/07 through 12/31/07), plus four 12-month renewal options. The Solicitation is expected to be available on or about 10/20/06, and will be posted electronically at the website www.irs.gov. If you need assistance, contact Margaret Baker at 404-338-9213.

Point of Contact: Margaret Baker, Contract Specialist, Phone 404-338-9213, Fax 404-338-9233, Email margaret.baker@irs.gov <mailto:margaret.baker@irs.gov>.

Provide Refuse Collection Services

Synopsis - Posted on Aug 16, 2006 -- <http://www.fbo.gov/spg/USA/DABK/DABK01/W911SE06R0023/SynopsisP.html>

Set Aside: 8a Competitive

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096

Description: Questions (Q) and Answers (A) for Refuse Collection, Disposal and Recycling Q1: Is there an estimated price range for this job? A: There is no estimated price range for services. Q2: Who is the incumbent contractor? A: Dreamsan, Inc. Q3: Where is the refuse being taken to now? A: This is part of the Offeror’s research. There are multiple landfills in the Atlanta Metropolitan area. Q4: How far to the landfill? A: This is part of the Offeror’s research. Q5: How much per ton to dump there? A: This is part of the Offeror’s research. Q6: Where are the recyclables being taken to now to sell? A: Dreamsan, Inc. Q7: How far to the recycler? A: This is part of the Offeror’s research. Q8: Do they provide any pick up service at the base recycle center? A: Yes Q9: Can we substitute 90 gallon wheeled carts for the 75 gallon carts? A: This is a performance based requirement. Use what is best for the requirement. Q10: On page 1 of Technical Exhibit 4, at the bottom & Allatoona is 203 x 8yrd. Shouldn’t this be 30 gallon as in Technical Exhibit 1? A: Yes. These are 30-gallon containers. There is only one 8 cubic yard container. Q11: Is there any hazardous material to handle? A: Hazardous materials are NOT to be handled by the refuse contractor. If you encounter a hazardous waste, contact the Environmental Office for proper disposal. Q12: What is the dump charge for special waste per ton? A: See Q11. Q13: What is the dump charge hazardous per ton? A: See Q11.

Point of Contact: Thomas J Milloy, 404-464-0512. Email your questions to ACA, Fort McPherson GA at thomas.milloy@us.army.mil <mailto:thomas.milloy@us.army.mil>.

Delivery and Installation of 30-yard compactor and 40-yard roll off containers

Solicitation Number: RFQ-50903-0012-6

Classification Code: 36 -- Special industry machinery

Set Aside: Total Small Business

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: Department of Justice, Bureau of Prisons, FMC Fort Worth, 3150 Horton Road, Fort Worth, TX, 76119

Description: This is a combined synopsis/solicitation to supply and install a 30 yard self-contained compactor and 40-yard roll-off trash compactor located at Federal Correctional Institution, 3150 Horton Road, Fort Worth, Texas 76119 and Federal Medical Center -Carswell, P.O. Box 27066 - ?J? Street, Building 3000, Fort Worth, Texas 76127. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures included in this announcement. This announcement constitutes that this is the only solicitation to be issued and the Government does not intend to issue a written solicitation. The solicitation is being issued as a Request for Quotation (RFQ). This solicitation is distributed solely through the General Service Administration?s Federal Business Opportunities website at www.fedbizopps.gov.

Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interest parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The North American Industry Classification System code for this solicitation is 562111. This contract action is 100% set aside for small business concern. The small business size standard is $6.5 million. The Government intends to make a single award of a firm fixed price contract. The award will be made to the responsible quoter who submits the most advantageous quote to the Government based on price factors only.

The contractor will be responsible for supplying and installing six 30-yard self-contained compactors and two 40-yard roll-off trash containers.

Point of Contact: Veronica Kaether, Contract Specialist, Phone (817) 413-3040, Fax (817) 413-3325, Email vmkaether@bop.gov - Veronica Kaether, Contract Specialist, Phone (817) 413-3040, Fax (817) 413-3325, Email vmkaether@bop.gov

Trash Compactor

Solicitation Number: RFQ51904-0028-6

Set Aside: Total Small Business

NAICS Code: 333319 -- Other Commercial and Service Industry Machinery Manufacturing

Contracting Office Address: Department of Justice, Bureau of Prisons, USP Pollock, PO Box 1000 1000 Airbase Road, Pollock, LA, 71467

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.

The Federal Bureau of Prisons, United States Penitentiary (USP) and Federal Prison Camp (FPC) , located in Pollock, Louisiana intends to award a firm-fixed unit, requirements type contract to a responsible small business entity for the provision under RFQ-51904-0028-6 for six compactors.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12.

Contract pricing shall be based on the following description: 255 hundred/30 yard self contained compactor, add 45 degree dog box with cellar doors, diamond plate, 7 guage2000# walk on, safety rails and kick plate, magnetic door interlock switch, 15' guide rails with enclosure and piping) . Contract pricing must include all cost or price associated charges or fees and delivery cost (FOB Destination) to USP Pollock, Pollock, Louisiana.

The offer should be in this format:

compactor $ _________ X quantity of 6 = ____________Total Price.

The government reserves the right to award without discussion; therefore, the initial quote should contain the quoters best terms from a price standpoint. Quoters are hereby notified that an offer of contract award shall be extended to the responsive/responsible quoter submitting the lowest price, technically acceptable quote.

Point of Contact: Gina Roach, Contract Specialist, Phone 318-561-5300 EXT 5304, Fax 318-561-5325, Email gxroach@bop.gov - Delbert Grigsby, Supv. Contract Specialist, Phone (318) 561-5310, Fax (318) 561-5325, Email dgrigsby@bop.gov

Shredding Services

Solicitation 01 - Posted on Sep 21, 2006 <http://www.fbo.gov/spg/VA/VAAAC/VAAAC/200%2D190%2D13/Attachments.html>

Contracting Office Address: Attn: Department of Veterans Affairs Austin Automation Center, (00D), 1615 Woodward Street, Austin, Texas 78772

Description: The Department of Veterans Affairs requires off-site secure shredding services at the Austin Automation Center 1615 Woodward Street, Austin, Texas 78741. See RFQ 200-190-13 for additional details.

Point of Contact: Contracting Officer - Adislado Mendoza, Purchasing Agent, Ph:(512) 326-6370, Fax:(512) 326-6028

Email your questions to Adislado Mendoza at al.mendoza@mail.va.gov <mailto:al.mendoza@mail.va.gov>.

Debris Removal Services

Amendment 02 - Posted on Sep 21, 2006 <http://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84%2D06%2DR%2DHYV138/Attachments.html>

Set Aside: Total Small Business

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address

Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113

Description

Solicitation HSCG84-06-R-HYV138 for debris removal services in the State of Louisiana for the following Parishes: Terrebonne, Plaquemines, and St. Bernard, will be available on Coast Guard MLCLANT Intranet Web Site <http://www.uscg.mil/mlclant/fdiv/fdiv.html> as well as in the FedBizOpps http://www.fbo.gov on or about 13 September 2006.

The contractor is required to provide all management, tools, supplies, equipment, labor, and applicable licenses and permits necessary for the removal and disposal of debris deposited from Hurricane Katrina, that poses an immediate threat to improved property, public health and/or safety as required under Section 403(a)(3) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act) as amended. The applicable NAICS code is 562111; Size Standard is $11.5 million. This requirement will be issued as 100% Small Business Set-Aside.

Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at http://www.ccr.gov or by calling 1-888-227-2423.

The Government anticipates awarding this contract as Firm Fixed Price. Work shall commence 5 days after award of contract and the estimated time to complete work is 90 days after commencement of work. All responsible sources may submit a proposal which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer will be most advantageous to the

Government, price and other factors considered. The following factors shall be used to evaluate offers:

Technical Approach (most important)

Corporate Experience (less important than Technical Approach)

Past Performance (as important as Corporate Experience)

Stafford Act - Extent Employing Local Firms and Individuals (as important as Corporate and Past Performance)

Price (least important.)

A preference for local business is included in this solicitation, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act (PL 106-390) 42 U.S.C. 5150 (Use of Local Firms and Individuals (Sec. 307)). Any correspondence concerning this acquisition shall reference Request for Proposal (RFP) Number HSCG84-06-R-HYV138.

The closing date for this solicitation will be on or about September 22, 2006. All interested parties should continue to monitor the FedBizOpps website or the MLCLANT website sited above for all information concerning referenced solicitation. All questions concerning this requirement should be submitted, in writing, to Xiomarys Vargas at xiomarys.a.vargas@uscg.mil <mailto:xiomarys.a.vargas@uscg.mil>.

Disposal/Removal of Enamel White Goods

Solicitation Number: SP441006R9006

Set Aside: Total Small Business

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

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 Federal Acquisition Regulation (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. This is issued as a Request for Proposal (RFP) SP4410-06-R-9006.

This RFP is for disposal and/or removal of enamel white goods (EWGs) to be delivered to contractor site or turned in to the DRMO Hawaii. This procurement is a 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 562998 with a small business size standard of $6.5M per FAR 52.212-3 and 52.219-6. The resulting contract will be a firm-fixed priced, Indefinite Delivery/Indefinite Quantity contract. 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/.

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

Crush Concrete and Asphalt Rubble

Document Type: Combine Solicitation

Solicitation Number: FA4625-06-Q-0026

Set Aside: Total Small Business

NAICS Code: 238910 -- Site Preparation Contractors

Contracting Office Address

Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, MO, 65305

Description: This combined synopsis/solicitation is set-aside for small business, commercial items (non-personal services), prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. North American Industry Code 238910 with a size standard of $13.0M applies to this procurement. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA4625-06-Q-0026, which incorporates the provisions and clauses as those in effect through Federal Acquisition Circular 2005-12. Department of Labor Wage Determination number 2005-2307 Rev (01) is to be used during the contract, http://www.wdol.gov. The Period of Performance shall be 60 days; commencing on the date of award. Preliminary mobilization and site preparation must be accomplished prior to 30 September 2006. Prospective offerors shall be registered in Central Contractor Registration before award, www.ccr.gov.

DESCRIPTION/SCOPE OF WORK 1. GENERAL 1.1. Scope of work. The Contractor shall furnish, deliver and install a fully operational industrial crusher to the Whiteman AFB Solid Surface Holding Area. The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary for the operation of the crusher. The Contractor shall be responsible for furnishing and installing all peripherals such as conveyor systems, materials handling equipment (machinery), etc that is required for this purchase order. Bid Schedule: CLIN 0001 ? 1667 tons (est) of concrete to a 3-inch minus sieve with fines, CLIN 0002 ? 1500 tons (est) of concrete to a 1-inch minus sieve with fines, CLIN 0003 ? 3750 tons (est) of asphalt to a 1-inch minus sieve with fines. 1.1.1.

The crusher must be capable of producing aggregate from steel reinforced concrete, concrete block, and asphalt that is transported to the site as a result of infrastructure demolition, etc. The equipment must have the capability to produce aggregate from 1 inch up to 3 inches in diameter minus sieve with fines. The Contractor shall be required to produce aggregate of 1 inch to 3 inch sieve size with fines. The end product will be used for road bed build-up compaction and cover by the Government. 1.2. The Contractor shall be responsible for metal recovery from the aggregate end produce. All metals shall be removed from any landfill waste when feasible. Ferrous metals will be removed from the processed aggregate and put into a recycling dumpster (government furnished) to be disposed of as scrap metal through the Defense Marketing and Reutilization Office (DRMO). 2. Equipment.

The industrial crushing plant must be capable of processing a minimum of 45 tons of construction/demolition debris per hour. 2. 1. Equipment Standards. The equipment shall meet all Federal, State, and local government rules/regulations, and standards relating to ambient air quality and air pollution controls. The Contractor shall provide dust suppression methodologies to ensure compliance with Clean Air Amendments of 1990, (PL) 101-549 (U. S. Code (USC) 7401-7671q), and the Missouri Air and Land Protection Division and other state and local laws and regulations. 3. CONTRACTOR SUPPORT REQUIREMENTS. The Contractor shall provide support services for all equipment. The Contractor shall: a. Provide, as part of the crusher plant, conveyors for moving the debris to the crusher and the end product to the stockpile locations. b. Ensure that all construction and installation is properly completed and that the plant is operational and meets all applicable functional specifications. c. Provide the manpower necessary to operate and maintain the equipment, including the peripheral equipment. d. Provide a final inspection and acceptance test for the Government at the Whiteman AFB site to examine all operational characteristics pertinent to the identified installation site. 4. GOVERNMENT FURNISHED INFORMATION: The Government shall furnish: a. The specific location (site) for the crusher plant. b. Any specific site information deemed necessary to complete the plant installation. c. An electrical power supply of 480 volt, 3 phase at a pole adjacent to the site. The Contractor shall be responsible to provide the electrical power from the pole to the plant equipment. d. The Governement will provide access to portable restroom facilities for contractor use during operating hours. e. The Government shall furnish a 30 cubic yard open-top container for recycle metals. 5. All work shall be accomplished in accordance with OSHA regulations which can be reviewed and/or obtained from the U.S. Department of Labor Occupational Saety and Health Administrations website at Internet address http://www.osha.gov/. All work shall be accomplished in accordance with Whiteman AFB safety regulations, Federal or State regulations, OSHA regulations and local codes, special care and consideration regarding adjoining property and complete restoration should damage occur. All Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS) and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions referenced below may be reviewed and/or obtained from the Federal Acquisition Regulations website at Internet address http://farsite.hill.af.mil/. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors -- Commercial Items, FAR 52.212-3, Offerors Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders -- Commercial Items, Paragraphs (a), (b) (5) (7) (9) (15) (16) (17) (18) (19) (20) (31) , (c) (1) (2) (4), (d), and (e) applies to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2006) (Deviation), FAR 52.247-34, FOB Destination, FAR 52.252-1 Solicitation Provision Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.204-7004 Alternate A, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, DFARS 252.232-7003, Electronic Submission of Payment Request, AFFARS 5352.242.9000, Contractor Access to Air Force Installations, AFFARS 5352.201-9101, Ombudsman Clause and Wide Area Workflow ? Local Clause. Proposals in response to this notice from responsible sources shall be submitted in writing no later than 1200 Central Standard Time (CST), 22 September 2006.

Point of Contact: Leslie Walling, Contract Specialist, Phone (660) 687-5405, Fax (660) 687-4822, Email 509cons.sollgca@whiteman.af.mil <mailto:509cons.sollgca@whiteman.af.mil> - George Cromer, Contracting Officer, Phone (660)687-5399, Fax (660)687-4822, Email 509cons.sollgca@whiteman.af.mil <mailto:509cons.sollgca@whiteman.af.mil>.

 

No more results found.
No more results found.