Department of Defense Public-Private Competition of Recycling Services, Naval Facilities Engineering Command Mid Atlantic
Document Type: Special Notice
Solicitation Number: Reference-Number-N6246706-R-0177
Classification Code: S -- Utilities and housekeeping services
NAICS Code: 561720 -- Janitorial Services
Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, Description: This is not a solicitation notice. In accordance with Office of Management and Budget (OMB) Circular A-76 (Revised), Performance of Commercial Activities, May 29, 2003, this notice represents the formal public announcement and official start date of a streamlined public-private competition of NAVFAC MidLant Recycling Services, performed at Naval Support Activity, Philadelphia (NSA-P), Philadelphia, PA and Naval Support Activity, Mechanicsburg (NSA-M), Mechanicsburg, PA. The services involve all labor, management, supervision, tools, material and equipment required to support Recycling Collection Services located throughout various buildings at the locations stated previously.
The incumbent service providers affected by this public-private competition are approximately eight (8) Department of Defense Government civilian positions located at NSA-P, Philadelphia, PA and NSA-M, Mechanicsburg, PA.
A streamlined competition will be conducted in accordance with the revised Circular. The estimated contract cost will be based on market research and the agency cost estimate will be calculated in accordance with the Circular using performance periods that will consist of a one (1) year base period and four (4) one (1) -year option periods. Prospective service providers are advised that a solicitation (1) will not be issued if the estimated cost of contract performance is greater than the cost of agency performance, and (2) will be issued if the estimated cost of agency performance is greater than the cost of contract performance. Prospective service providers may respond by completing the attached Market Research Survey and submitting via email to vera.grainger@navy.mil by 5:00 p.m. EST on October 20, 2006.
The preliminary planning baseline cost report (COMPARE Version 2.1a) and supporting documentation for this competition may be downloaded at www.esol.navfac.navy.mil. The password required to open the document is: mccuiston. Be advised that the password is case-sensitive and is lower-cased. A link to download COMPARE software may be found on the Navy Strategic Sourcing Website at http://strategicsourcing.navy.mil/.
The Department of Defense Competitive Sourcing Official (CSO) is Mr. Philip Grone, Deputy Under Secretary of Defense (Installations and Environment). The DoD Component Competitive Sourcing Official (CCSO) for the United States Navy is Mr. B. J. Penn, Assistant Secretary of the Navy (Installations and Environment). The date of this public announcement is the official start date for this public-private competition and the projected end date of the competition is December 28, 2006. The point of contact for questions regarding this public-private competition is Ms. Vera Grainger, (843) 820-5975, vera.grainger@navy.mil, from the Department of the Navy Competitive Sourcing Acquisition Center of Excellence, Charleston, SC.
Point of Contact: Debbie Mattingly, Supervisory Contract Specialist, Phone 843-820-5930, Fax null, Email debbie.mattingly@navy.mil - Candice Borden, Supv. Contract Specialist, Phone 843-820-5945, Fax 843-820-5819, Email candice.borden@navy.mil
Extend NUWC Division Newport's Recycling Selling Agreement
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-070005
Set Aside: Total Small Business
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, RI, 02841-1708
Description: This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at <http://www.fbo.gov> and the Navy Electronic Commerce on Line(NECO) site located at https://www.neco.navy.mil.
While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable.
Please feel free to use either site to access information posted by the Navy Sea Systems Command. NUWC Division Newport intends to extend its recycling selling agreement with B&B Recycling for the sale and removal of various scrap metals at its on-site office located in Dresden, NY under Agreement N66604-04-W-0059 for one (1) year to 30 September 2007.
Point of Contact: Lisa Brazil, Contract Negotiator, Phone 401-832-1437, Fax 401-832-4820, Email brazillm@npt.nuwc.navy.mil
Shredding Services
Solicitation Number: 200-190-13
Posted Date: Sep 26, 2006
Contracting Office Address: Attn: Department of Veterans Affairs Austin Automation Center, (00D), 1615 Woodward Street, Austin, Texas 78772
Description: The Department of Veterans Affairs, Austin Automation Center, 1615 Woodward Street, Austin, Texas 78741 requires off-site shredding. See RFQ 200-190-13 for additional details.
Point of Contact: Contracting Officer - Adislado Mendoza, Purchasing Agent, Ph:(512) 326-6370, Fx:(512) 326-6028
Email your questions to Adislado Mendoza at al.mendoza@mail.va.gov
Shredding Services
Document Type: Award Notice
Contract Award Date: Sep 25, 2006
Contract Award Number: GS27F0032N
Contract Award Amount: $54,820.42
Contractor: Commercial Marketing, 9570 Two Notch Road, Suite 4, Columbia, South Carolina, 29223
Removal and Pollution Control of Thirteen Vessels from the SembCorp Sabine Ship Yard in Sabine Pass, Jefferson County, Texas
Document Type: Combine Solicitation
Solicitation Number: W912HY-06-R-0025
Set Aside: Total Small Business
NAICS Code: 624230 -- Emergency and Other Relief Services
Contracting Office Address: US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The North American Industry Classification System (NAICS) code for this acquisition is 624230. This project is a small business set aside. The size standard is $6.5M. The work to be performed under this order consists of furnishing all plant, equipment, labor, and transportation to perform the work in strict accordance with these specifications for removal and pollution control of thirteen vessels from the SembCorp Sabine Ship Yard in Sabine Pass, Jefferson County, Texas. The vessels are shrimp boats with steel hulls that measure from 48 feet to 82 feet in length.
Nine of these vessels are on land, four are in the water of which one is submerged.
The contractor shall complete removal of the thirteen listed vessels from the Sabine Ship Yard within 14 calendar days after an order is issued.
After the vessels are re moved from the Sabine Ship Yard, the contractor must dispose of the vessels within 45 calendar days.
Inspection and Acceptance will be in accordance with the specification clause. Delivery is due within 15 calendar days after receipt of the contract. This announcement constitutes the only solicitation; quotations that are being requested and a written solicitation will not be issued. (NO PAPER COPIES).
The Government intends to award a firm fixed price contract as a result of this announcement.
Offer ors are reminded to include a completed copy of the provisions at 52.212-3 and 252.212.7000; Clause 52.212-4, Contract Terms and Conditions Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order s - Commercial Items; Clause 52.212-1, Instructions to Offerors Commercial Items; Clause 52.212-2, Evaluation Commercial Items will be based on factors listed.
The solicitation number for this announcement is W912HY-06-R-0025. For security reasons, a ll technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system.
FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.
Interested bidders must register with FedTeDS before accessing the system. Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink.
Contractors registered wi th the Federal Technical Data Solutions (FedTeDS) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: <http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912HY-06-R-0025>. It is the offeror’s responsibility to monitor the FedBizOpps web site and FedTeDS web site (using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Army’s Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. The Addenda are available for downloading at the following internet site: <http://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912HY-06-R-0025>. Addendum1: Instructions to Offerors Addendum1a: SF1449 Addendum2: Evaluation Addendum3: Clauses Addendum4: Representations, Certifications and other Statements of Offerors Addendum5: Statement of Work/Specifications Addendum6: Wage Rates FAXSIMILE OFFERS ARE ACCEPTABLE (Reference FAR Clause 52.214-31). Signed and dated offers are due by 28 September 2006, 10:00 CT to FAX (409) 766-3010, ATTN: Traci D. Robicheaux. Any prospective bidder interested in bidding on this solicitation must regi ster for the specifications in order to download a copy of the solicitation and be placed on the plan holder’s list. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Failure to obtain any said information and to respond to them prior to the date and time set for receipt of bid may render your proposal nonresponsive and result in the rejection of the same.
All perspective bidders must be CCR registered. Central Contractor Registration (CCR) is located at the following Internet site: http://www.ccr.gov
Point of Contact: Traci Robicheaux, 4097666306
Email your questions to US Army Corps of Engineers, Galveston at traci.d.robicheaux@swg02.usace.army.mil <mailto:traci.d.robicheaux@swg02.usace.army.mil>.
Recovery of Super Alloys
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-FA4877-06-RFI01
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522
Description: This is a market research / sources sought notice seeking information only. The government does not have a requirement for acquisition. The government is looking for business sources that can or could provide the following: Information on the processes, capabilities, and resources required to perform the recovery of the super alloys from excess military weapon systems and components for the purpose of recycling/reintroduction into the DoD supply chain in support of military equipment and aircraft engine manufacture,
1. Background: The Aerospace Maintenance and Regeneration Center (AMARC) is a one-of-a-kind specialized facility within the Air Force Materiel Command structure. AMARC provides critical aerospace maintenance and regeneration capabilities for Joint and Allied/Coalition warfighters in support of global operations and agile combat support for a wide range of military operations. Functional responsibilities of the Center include storage, reclamation, regeneration and disposal of aerospace aircraft declared excess to military operational requirements.
Located in the Sonoran desert of Tucson, Arizona, AMARC is a tenant on Davis-Monthan Air Force Base. A major industrial center occupying 2,600 acres, AMARC manages an inventory of more than 4,200 aircraft, 40 aerospace vehicles and 350,000 line items of production tooling. In addition to the historic storage and disposition mission, the Center’s highly skilled 662-member workforce regenerates aircraft, returning them to flying status or preparing them for overland shipment. The AMARC team also reclaims hundreds of millions of dollars worth of parts to support global warfighting operations.
An Air Force 2004 Organizational Excellence Award recipient, AMARC provides a critical capability among AFMC war-winning organizations. The Center will continue to embrace new and innovative techniques necessary to best serve the DoD Services, joint and allied/coalition partners well into the future.
2. Goal: Seek and research vectors for focused recycle/reuse of super alloy elements found in components of aircraft engines, airframe structural elements, and components of aircraft stored at AMARC.
3. Purpose: This RFI is issued for the purpose of gathering information from Defense Reutilization and Marketing Service (DRMS) and commercial industry regarding industry practices of the processing of condemned/excess engines, airframes and components and recovery of critical materials from the residue of such processing.
4. Implementation Objectives: Please ensure that, at a minimum, the following is defined:
4.1. Retrieval, Segregation and Collection of Components Containing Super Alloys. These activities should be such that reflect minimal to no impact to existing production. Resource for asset recovery originating from surplus equipment and components of retired and condemned property. Include how disassembly would be accomplished for various configurations of aircraft and aircraft engines with examples of how this effort has been accomplished in the past
4.2. Control of Material: The material in question will include Flight Safety Critical Aircraft Parts (FSCAP) and other parts that typically require demilitarization prior to disposition. The vector should include a methodology for handling such material and include procedures/plans for complying with Department of Defense, Departments of the Air Force, Navy, Army and Marines regulations in handling such items. Include how items would be identified as to their containing super alloys and specifically how such specific components containing super alloys would be managed, packaged, processed, shipped and controlled to insure highest benefit to the U.S. Air Force. Include examples of past experiences with these process recommendations.
4.3. Environmental Compliance: The vector should include processes and procedures related to safe handling and processing (including disposal) components considered to be hazardous materials (i.e., as a stand alone part and/or a concentration of similar parts, etc.). Include what issues of Environmental compliance and what potentially hazardous materials/chemicals may arise as a result of the processes recommended for component disassembly, handling, recovery and residue disposal and how will those issues and materials be dealt with. How will these issues vary with process execution at other than the AMARC site (e.g. other counties, states)
4.4. Data: The vector should outline the viable management data elements associated with such a program along with data sources and key objectives and utility of each category. Data required for the management of the material, process and effectiveness of the initiative should be identified along with the measures/metrics recommended to ensure objectives are being satisfied.
4.5. Benefits: Immediate benefit to AMARC, and long range benefit to the Propulsion Environmental Working Group, the USAF, Department of Defense and the entire aerospace industry. The vector should reflect an economically solvent, efficient and effective business arrangement. Include estimated tangible and intangible benefits from the proposed process, address benefits for all parties including those not responsible for the recovery process itself but are recipients of the super alloys itself..
4.6 Response Format: Responses to this request should be formulated to include addressing each of the issues identified in paragraphs 4.1 through 4.5 and submitted in Word document form (power point charts or excel spreadsheets may be included within the body of the submission or as attachments. Submission must be received in electronic format as a minimum (email and/or CD disk permissible depending upon FTP restrictions) with hardcopies if desired mailed to:
AMARC Mining the Skies, Attention: Robert Foley, Resource Management Division, 4860 S. Superior Ave, Bldg 7328, Davis-Monthan AFB, AZ 85707-6240
Point of Contact: David Harrison, Contract Specialist, Phone 520-228-5405, Fax 520-228-5462, Email david.harrison@dm.af.mil
Trash, Recycling, and Resource Management Services at Dakota County (MN) Facilities Located in the Western Region, Northern Region, and/or Eastern Region
<http://www.co.dakota.mn.us/e%5Fgovernment/bids/pdf/Trash%20Recycling%20and%20Resource%20Management%20RFP%20FINAL.pdf>
.Curbside Recycling Boxes, 8 & 12 Gallon, Rochester, NY
<http://www.cityofrochester.gov/finance/purchasing/bidofferings/Bid.cfm?id=607>
Ann Arundel, MD RFP -- Acceptance, Processing and Marketing Services for Recyclable Materials
<http://www.aacounty.org/CentServ/Purchasing/Calendar.cfm?DISPLAYMODE=DisplayEvent&DETAILEVENT=255652>
Illinois Public Higher Education Procurement Bulletin -- Request for Proposal: Scrap Metal Removal/Purchase
<http://www.procure.stateuniv.state.il.us/dsp_notice.cfm?Uni=UIUC&PN=1WED804>