Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending June 15.

Cold In-Place Recycling

Frederick County, MD

Click here to view the bid -- http://md-frederickcounty.civicplus.com/documents/Finance/Purchasing/07-CP-86ITBCIP.pdf

------------------------------------------------------------------------------

Residential Curbside Recycling Services

City of Denton, TX

Closing July 12, 2007

To view the bid click on the following link -- http://www.cityofdenton.com/pages/biddernotify.cfm?3811ad%2Epdf&object=1703&folderID=767&fileID=4678&action=view

 

------------------------------------------------------------------------------

Operating a Drop-Off Recycling Center

Overland Park, Kansas

The City of Overland Park, Kansas is requesting proposals for services relating to operating a drop-off recycling center.

All inquiries concerning this request for proposals should be directed to: Jim Twigg, Special Projects Coordinator, City of Overland Park, Kansas, 8500 Antioch, Overland Park, Kansas 66212. Tel. (913) 895-6273, E-Mail: jim.twigg@opkansas.org

To view the bid click on the following link -- http://www.opkansas.org/_Assets/clerk/bids/RFP_recycling.pdf

------------------------------------------------------------------------------

 

C&D Waste Recycling

Nashua, New Hampshire Solid Waste Dept, Division of Public Works

The City of Nashua, Division of Public Works, Solid Waste Department, is seeking proposals from qualified firms to process construction and demolition (C&D) waste and brush from the Four Hills municipal solid waste landfill. The C&D waste and brush will be processed to recover all recyclable, reusable, and compostible materials. The removal of “whole form” C&D waste from the landfill is expected to significantly increase landfill air space. Also, the City seeks to limit the amount of gypsum wallboard disposed in the landfill to reduce generation of hydrogen sulfide gas and associated odor. In addition to C&D and brush processing, requested bid alternates incorporate the purchase and recycling of scrap metal collected at the Four Hills facility, and the return of C&D fines for use as alternate daily cover in the landfill.

To view the bid click on the following link -- http://www.gonashua.com/filestorage/51/102/349/RFP0741-062607.pdf

------------------------------------------------------------------------------

 

Refuse and Recycling Services

St. Cloud State University, Minnesota

06/19/07 at 9:00 AM CST

Not Mandatory Pre-Bid Meeting

North Office Center

401 4th Avenue South

St. Cloud, MN 56301

Response To This Solicitation Is Due No Later Than 6/26/2007 At 3:00 Pm Central Time.

Ship To Information:

St. Cloud State University

Buildings and Grounds Management

720 4th Avenue South

St. Cloud, MN 56301

To receive a printed copy of the solicitation, call: Diane Decker at 320.308.2267 (for deaf and hard of hearing callers, 800.627.3529) or fax your request to 320.308.2770, Attn: Diane Decker.

St. Cloud State University wishes to contract the services of a hauling contractor to provide for its refuse and recycling disposal program.

------------------------------------------------------------------------------

 

Battery Recycling Services

Fairbanks North Star Borough, Fairbanks, Alaska

To view the bid click on the following link -- http://co.fairbanks.ak.us/GeneralServices/viewpdf.aspx?type=b&bidnum=07077IFB

 

------------------------------------------------------------------------------

Notice Of Sale Of Junk Vehicles For Disposal

DEQ Invitation for Bid (IFB) #508001

Notice is hereby given that the Department of Environmental Quality, Permitting & Compliance Division, Motor Vehicle Recycling and Disposal Program, pursuant to Section 75-10-531, MCA 1979, will accept proposals for the purchase and disposal of junk vehicles whether whole, partial, or in component parts, located in the following county junk vehicle graveyard(s): Lincoln, Glacier, Flathead, Lake, Missoula and Ravalli more particularly described as follows:

State of Montana

To view the bid click on the following link -- http://www.deq.mt.gov/FinancialSvcs/bids/IFB508001JVLINCOLN.doc

 

------------------------------------------------------------------------------

Requirements Contract for Scrap Tire Removal

Howard County, MD

Closing Date: 06/27/07

Closing Time: 11:00 a.m.

Buyer: Helen M. Ashley, CPPB, Buyer

To view the bid click on the following link -- http://www.co.ho.md.us/Purchasing/DOCS/2007-071.pdf

 

------------------------------------------------------------------------------

Bulk Shredding Services for Northern Illinois University

This proposal is for document shredding service for NIU DeKalb campus. The specifications include pickup at multiple locations on campus, providing secure containers, and service every other week. (See RFP document for full specifications.)

For additional information, contact: Brent MacLeod, Phone: (815) 753-1676, E-Mail: bmacleod@niu.edu.

 

------------------------------------------------------------------------------

Crushing and Storage Services of Concrete On-Site

Document Type: Combine Solicitation

Solicitation Number: Reference-Number-F3H3G3715A001

Set Aside: Total HUB-Zone

NAICS Code: 238990 -- All Other Specialty Trade Contractors

Contracting Office Address: Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107

Requests for a pre-proposal site visit are expected. Contact the individuals listed below to make such a request.

Proposals shall include the cost of all labor, equipment, materials, permits, fees, overhead, and miscellaneous costs necessary for the accomplishment of this project.

Proposal costs should be documented on AF Form 3052.

Award will be made on the basis of lowest price, technically acceptable.

This RFP sheet and the completed AF Form 3052 is due to Lt Sullivan, via email (eric.sullivan@offutt.af.mil) or fax (402-294-4069) no later than June 29th, 5 p.m. EST.

Project Start Date: 30 days or less ARO

Expected length of Project: Less than 30 days

If you are interested in providing a quote and have any questions or concerns, contact 1Lt Eric Sullivan via email (eric.sullivan@offutt.af.mil) or phone (402-232-1452), or if unavailable, contact Don Simons via email (donald.simons@offutt.af.mil).

Reference FAR 52-212-1 and 52-212-2. In accordance with FAR 52-212-1(b), Instructions to Offeror's Commercial Items,

Offeror's may use another format for submission of quotes. However, all quotes must contain the minimum information required by this clause.

Further information not requested above and desired for submittal should be sent using an additional company letterhead page.

Performance Work Statement

Project SGBP 07-4003

Portland Cement Concrete (Pcc) Pavement Crushing

1. The U.S. Government is requesting proposals for crushing of broken concrete mixed with metal reinforcing. The concrete stockpile is approximately 2,000 tons in terms of weight, 43,000 square feet in terms of mass, and 10 inches thick. The stockpile is located at Offutt AFB, NE. Contractors will be required to provide a portable crushing plant onsite, recycle all metals removed from concrete, and leave site in a clean and orderly manner. Water is available from a hydrant near the site, but contractor must transport water to the plant site via contractor temporary piping or hose. The contractor will be responsible for providing a suitable backflow prevention device.

2. Major Items of Work: The services to be covered by the contract include:

a. Provide a portable concrete crushing plant adequate in size to complete the described project but small enough to work within the site space constraints. A map outlining the stockpile and processing area is attached for reference.

b. Crush all stockpiled concrete to the specified gradation (see Table 1) and store finished product within the storage area, which is approximately 100 feet away from the work site itself.

c. Comply with all Federal and Nebraska Department of Environmental Quality permit conditions, rules and regulations, as well as those of other regulatory agencies.

d. Prior to commencement of work, provide copies of portable equipment registration with Nebraska Department of Environmental Quality permit/registration for crushing grinding equipment and power plant.

e. The contractor must maintain compliance with the Offutt Air Force Base air permit issued by the Nebraska Department of Environmental Quality. No particulate matter (i.e., dust) shall become airborne and remain visible past the Offutt AFB property line due to the contractor's operation (rock crushing, material movement, etc.).

f. The contractor must provide a storm water pollution prevention plan and any necessary permits. The contractor is responsible to ensure no contaminants from the operation leave the site and must comply with all applicable local, state and federal rules and regulations.

g. Provide a safety plan specific to this project and maintain an onsite safety coordinator during all operations.

h. Properly dispose of all trash and non-recyclable items from the job site daily.

i. Recycle all recovered metals at an on-site location designated by the government.

j. Remove all equipment, metals, and trash from the site at completion of the project. Site should be left in clean and orderly manner.

k. All product stockpiles left on-site, must be left free of scraps or other formations that may slide or fail, and maintained to allow traffic access around the site.

l. Provide materials testing of the finished product from a qualified laboratory for Freeze-Thaw Soundness (AASHTO T103), LA Abrasion (ASTM C131 and ASTM D535) and Absorption (ASTM C127 and ASTM C128).

m. Provide materials testing and certification that the finished material meets the specified gradation.

n. Proposal shall include all required labor, equipment, permits, fees, and materials required to complete the work.

3. Project Schedule: Crushing operations may only occur between the hours of 7:30 a.m. to 4:30 p.m., Monday through Friday.

4. Material Requirements: Recycled PCC shall consist of processed PCC free of soil, vegetation, metal, or other deleterious contaminants and shall conform to the requirements of Table 1. The maximum size of the processed material shall be 1 inch or less in diameter.

Point of Contact: Eric Sullivan, Contract Specialist, Phone 402 232-6572, Fax 402 294-4069, Email eric.sullivan@offutt.af.mil - Donald Simons, Contract Specialist, Phone 402-294-4430, Fax 402-294-4069, Email donald.simons@offutt.af.mil

------------------------------------------------------------------------------

 

Demolishing a facility, and recycling the materials.

Document Type: Presolicitation Notice

Solicitation Number: Q8549070029

Set Aside: Total HUB-Zone

Contracting Office Address

PWR - SAMO Santa Monica Mountains NRA 401 W. Hillcrest Drive Thousand Oaks CA 91360

Description: The National Park Service, Santa Monica Mountains National Recreation Area has identified a requirement to solicit, negotiate, and award a firm-fixed-price contract. The prospective contractor shall be required to provide all necessary personnel, equipment, tools, materials, supplies, supervision, transportation and other items and services necessary to perform this requirement as announced by this public announcement. This action is a HUBZONE set-aside, Federal Acquisition Regulation, (FAR) Part 19.13. The North American Industry Classification System, (NAICS) code assigned to this project is 238910. The work consists of removal of a facility; disposing and recycling the removed materials and emptying the septic tank and grade the earth to blend with the existing landscape. The job site is located in Malibu, CA, 90265. The Request for Quotation, (RFQ) solicitation will be available on or about July 2, 2007, with responses due 30 days from actual issuance of RFQ. Estimated completion date is 45 days after the date of award.

Paper copies of this solicitation will not be issued and telephone requests or fax requests for this solicitation will not be accepted. Solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov.

Prospective offerors desiring to conduct business with DOI shall register at the NBC Electronic Commerce (EC) website. It is the bidder's responsibility to monitor this site for the release of the solicitation and amendments (if any). In order to download a copy of the solicitation, vendors MUST be registered at http://ideasec.nbc.gov (EC website). Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors must also pre-register at the Central Contractor Registry (CCR) at http://www.ccr.gov.

 The point of contact for this solicitation is Edmond Avakem, Contract Specialist, Santa Monica Mountains NRA, National Park Service, 401 W. Hillcrest Drive, Thousand Oaks, CA 91360. Email address is edmond_avakem@nps.gov; telephone 805-370-2324. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation.

Point of Contact: Edmond Avakem Contract Specialist 8053702324 edmond_avakem@nps.gov. Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance at EC_helpdesk@NBC.GOV

Please click here to view more details. -- http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2545290

------------------------------------------------------------------------------

 

Refuse Collection And Disposal Services

Document Type: Sources Sought Notice

Solicitation Number: NNJ07206047L

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: NASA - White Sands Test Facility, P.O. Box 20, Las Cruces, NM 88004-0020

Description: NASA's Johnson Space Center (JSC) White Sands Test Facility (WSTF) is seeking capability statements from interested parties to examine the viability and options to provide refuse collection and disposal services at several Southern New Mexico locations. These locations presently include (1) NASA White Sands Test Facility (WSTF), (2) White Sands Ground Terminal (WSGT), and(3) Second TDRSS Ground Terminal (STGT). This requirement includes furnishing and maintaining at a minimum 53 refuse containers within an approximate 5-mile radius of the WSTF entrance located at 12600 NASA Road, Dona Ana County, Las Cruces New Mexico 88012. The refuse containers number approximately 48 3.5-cubic yard for primarily office, paper, and cardboard waste and approximately 5, 30-or 40-cubic yard containers for general construction waste. Refuse shall be separately collected, transported, disposed of properly in an approved landfill or recycling center. Periodic cleaning, disinfecting, and pest control of containers and weighing, reporting and tabulating of refuse weight and pick-up calls shall also be required.

Offerers shall be duly licensed to perform business in New Mexico. All personnel executing the requirements of this service shall be U.S. Citizens and able to satisfy all personnel security entrance requirements for all locations. Companies are requested to provide 4 copies of their Capability Statement addressing relevant experience and past performance as it relates to this requirement to include their capability to perform the required work. Data requirements shall be the same for all companies. Information shall be for a minimum of 3 projects that are similar in scope to this requirement and have occurred within the past 5 years.

Reference information shall include a brief description, dollar amount, name, address, point of contact, and current telephone number. All positive and negative comments, criticism, and ratings, as well as awards received for these projects shall be addressed.

Past performance information consists of two general areas of data: (i) General Business Background and (ii) Specific Performance Information. For General Business Background the following should be addressed: name of business/division; form of legal organization and year established; principal officers and organizational chart; potential, on-going, or completed litigation; and Government findings or sanctions at any level. For Specific Performance Information provide a listing of all local, State, Federal, or commercial contracts for the same or similar nature currently ongoing, performed or completed during the last 5 years.

Contract information should include the contract number, date, agency, point of contact and phone number, dollar value (both at time of award and as of last modification), contract type, location, period of performance or scheduled delivery dates, description of scope of work, current status of performance; description of actual/potential litigation, and list of key subcontractors.

This is a Sources Sought synopsis.

Award for this requirement is anticipated to be November 2007. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. All responses shall be submitted to Ms. Valerie Marburger no later than July 16, 2007. Please reference NNJ07206047L in any response.

Any referenced notes may be viewed at the following URL's linked below. This requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses. Any referenced notes may be viewed at the following URL's linked below.

Point of Contact: Valerie A. Marburger, Contracting Officer, Phone 505-524-5139, Fax 505-524-5130, Email Valerie.A.Marburger-1@nasa.gov.

Email your questions to Valerie A. Marburger at Valerie.A.Marburger-1@nasa.gov

Click here for the latest information about this notice -- http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#125255

------------------------------------------------------------------------------

 

The USMA at West Point, NY intends to solicit for a service provider capable of operating the solid waste transfer station to include the post wide recycling program. This will be a base plus 4 option year periods.

http://www.fbo.gov/spg/USA/DABJ/DABJ45/W911SD06R0031/Attachments.html

------------------------------------------------------------------------------

 

Refuse and Recycling Cavalier AFS

http://www.fbo.gov/spg/USAF/AMC/319CONS/Reference-Number-FA4659-07-R-0005/Attachments.html

 

------------------------------------------------------------------------------

Refuse & Recycling

Synopsis - http://www.fbo.gov/spg/USAF/ACC/49CONS/FA4801-07-R-0001/Synopsis.html

Document Type: Modification to a Previous Notice

Solicitation Number: FA4801-07-R-0001

Set Aside: 8a Competitive

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908

Description: This announcement will be issued as a Request For Proposal (RFP). The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the Best Value to the Government. The period of performance will be for one (1) base year and four (4) one-year option periods. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-07. This acquisition is to be set aside and awarded to SBA Certified 8(a) firm with a bonifide location in Region 6. The North American Industry Classification System (NAICS) code is 562111. The SB size standard for this code is $11,500,000.00.

Project Description: Services include, but are not limited to; The Contractor shall provide the services of refuse and recyclable materials collection in a manner that meets or exceeds the standards summarized in the Performance Work Statement (PWS)(PWS will be posted with solicitation), at the location specified. The Contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform a comprehensive refuse collection and recycling service at Holloman AFB, NM. The annual estimated refuse tonnage is 3000 tons; the annual estimated recycle tonnage is 360 tons. The Contractor will be provided a facility for Recycling Collection. The Contractor shall perform in accordance with standards outlined in the PWS and with all applicable federal, state, and local laws and regulations.

Other Details: The solicitation, which will include a site visit date, and other attachments will be posted on or around 27 June 2007 and MUST be downloaded from Federal Business Opportunities (FedBizOpps) at www.fbo.gov. Do not request via mail or fax. No paper copies will be issued.

Important Notices: 1) RFP submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.

Original Point of Contact: Lilia Smith, Contract Specialist, Phone 505-572-5296, Fax 505-572-7333, Email lilia.smith@holloman.af.mil - Sally Roberts, Contracting Officer, Phone 505-572-2095, Fax 505-572-3869, Email sally.roberts@holloman.af.mil

Current Point of Contact: Mary Hoelscher, Contract Specialist, Phone 505-572-5296, Fax 505-572-7333, Email mary.hoelscher@holloman.af.mil - Sally Roberts, Contracting Officer, Phone 505-572-2095, Fax 505-572-3869, Email sally.roberts@holloman.af.mil

------------------------------------------------------------------------------

 

Silver Recovery Contract Services

Document Type: Combine Solicitation

Solicitation Number: N00183-07-T-0143

Set Aside: Total Small Business

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

Contracting Office Address: Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, VA, 23708-2297, UNITED STATES

Description: Email Yvette.Williams@med.navy.mil to receive a complete copy of the Solicitation. Only complete copies of the solicitation will be considered for contract award. If you do not receive a copy of the solicitation within 24 hours of your email request, please contact Yvette Williams at 757-953-7825.

Silver Recovery services shall include complete service for the proper handling, processing and ultimate disposal and removal of Photo Chemical Waste to include Scrap and Archival Film as well as Precious Metals Recovery (Silver Flake). Company shall comply with all privacy rules set forth by Congress to insure the H.I.P.P.A. regulations are strictly followed. This contract shall provide for services during normal working hour coverage (8:00 A.M. to 4:30 P.M. Monday through Friday excluding Federal holidays).

a. The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract.

b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO) designated representative all acting within the limits of their authority.

c. The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Silver Recovery services in accordance with the contract.

2. Metallic Exchange Canisters and Procedures for Testing

a. Contractor shall use a metallic exchange canister to remove the silver thioulfate emissions to a level below the Local, State and EPA guidelines. At the point that the canister begins to pass silver above the allowable limit, the canister shall be replaced.

b. The canister is tested at the point of entry into the facilities waste water stream with pollution control test strips that detects at 5 parts per million. If the metallic exchange canister is passing silver at 5ppm or above, then a replacement canister will be installed.

c. The disposal of the metallic exchange canister must be handled according to accepted EPA, State and Local guidelines. These canisters shall not be stored on site for a long period of time or discarded therefore, expired canisters shall be incinerated.

d. The monthly fixer usage is approximately 50 gallons at eleven (11) sites, scrap and Archival Film pick-up for (7) sites.

3. File and Purged Film Destruction Procedure

 a. Film pickup from the Radiology Department shall be securely transported under lock and key and transported to a secured storage facility.

 b. Film shall be chopped into 3/8? pieces and put through an enzyme wash process where all imaged area is dissolved to a sludge form.

 c. A certificate of destruction shall be provided up request.

Point of Contact

Yvette Williams, Contract Specialist, Phone 757-953-7825, Fax 757-953-5739, Email yvette.williams@med.navy.mil - Peggy Klingensmith, Supervisory Contract Specialist, Phone 757-953-7547, Fax 757-953-5738, Email peggy.klingensmith@med.navy.mil

------------------------------------------------------------------------------

 

Demolition and Disposal of Hazardous Structures within Cuyahoga Valley National Park, Cuyahoga and Summit Counties, Ohio.

Document Type: Award Notice

Solicitation Number: I6165070054

Contracting Office Address

MWR - Cuyahoga Valley National Park 15610 Vaughn Road Brecksville OH 44141

Contract Award Amount: 350714

Contractor: Baumann Enterprises, Inc.,4801 Chaincraft Rd ,Cleveland Oh 441251806

 

 

 

 

 

Get curated news on YOUR industry.

Enter your email to receive our newsletters.

Loading...