Consulting Services - Solid Waste Collection, Waste Reduction & Recycling Programs
Pinellas County, FLA
067-0392-P(AM) 0 Non-Mandatory
7/10/07 10 AM
Purchasing - 5th Floor
To view the bid click on the following link -- http://www.pinellascounty.org/purchase/PDF/067_0392_P(AM)BID.pdf
-------------------------------------------------------------------------------
Use of The City of Knoxville Transfer Station Recycling Building and Equipment
Knoxville, TN
Proposals to be Received by 11:00 a.m. (Eastern Time) July 20, 2007. Submit Proposals to: City of Knoxville Office of Purchasing Agent City/County Building Room 667-674 400 Main Street Knoxville, Tennessee 37902
To view the bid click on the following link -- http://www.ci.knoxville.tn.us/purchasing/bids/0720_transfer.pdf
-------------------------------------------------------------------------------On-Site/Off-Site Document Shredding
Lake County, IL
Click here to view the bid -- http://www.co.lake.il.us/finance/bids/data/27059$Shredding%20Services.pdf
-------------------------------------------------------------------------------Campus-Wide Document Shredding Services
Cuyahoga (Cleveland, Ohio) Community College
Cuyahoga Community College (CCC) is accepting proposals for a Campus-Wide Document Shredding Program in accordance with the terms, conditions, and requirements set forth in this RFP. The RFP provides sufficient information for interested parties to prepare and submit proposals for consideration by the College.
To view the bid click on the following link -- http://www.tri-c.edu/procurement/docs/bids/Shredding.doc
-------------------------------------------------------------------------------Management and Disposal Of Solid Waste
Solicitation Number: RFI889607099
Contracting Office Address: PWR - HALE Haleakala NP National Park Service P.O. Box 369 Makawao HI 96768
Description: The National Park Service (NPS) announces a market survey to obtain market information from potential contractors regarding business type, size, and capabilities to accomplish refuse collection and disposal services for waste generated at Kalaupapa National Historical Park, located on the Kalaupapa peninsula of the island of Molokai.
Waste generation estimates range from approximately 92 tons per year currently to up to 249 tons per year in the future. To reduce the environmental impacts of waste disposal, the NPS plans to implement a comprehensive program that includes three components: 1) recycling; 2) composting and; 3) disposal. Based on the waste composition, it is estimated that 26% of the tonnage generated can be recycled, 37% composted and the remainder 37% to be disposed of. It is also estimated that approximately an additional 60-65 tons per year of construction & demolition (C&D) debris from building maintenance activities will be generated from Kalaupapa for disposal. The NPS will collect, process and package the waste at Kalaupapa to facilitate transportation and disposal.
The information gathered from this Sources Sought notice will be used in the formulation of the acquisition strategy for this requirement. A period of performance of a 12-month base period plus four 12-month options is anticipated.
The Contractor shall be responsible for providing all necessary management, supervision, personnel, equipment necessary to pick up the waste as described below, and transport it to a certified disposal or recycling facility for disposal, and transporting empty containers back to Honolulu dock for shipment on the annual NPS barge to Kalaupapa. II.
Scope of Services Recycling 1. Over the course of each year, the NPS will collect and store the recyclables (current estimate of 35 tons to future estimate of 57 tons, including paper, plastic, and metals), compacting them into 60"x48"x30" bales. Each bale will contain the same recyclable, e.g. corrugated cardboard, office paper, HDPE plastic, PET plastic, aluminum cans, etc.
The bales will be stored at Kalaupapa National Historical Park in 20 ft. cargo containers. The number of cargo containers is anticipated to be 2 to 3 per year initially and may increase to 6 to 7 containers per year in the future. Once yearly, NPS will barge the full cargo containers from Kalaupapa to the Port of Honolulu. 2. For the initial year (anticipated to be 2008), the barge sailing day will be in July and the contractor would provide pick-up and delivery of empty containers from a leasing company, (under separate contract w/NPS), to the Port of Honolulu for transport to Kalaupapa by barge. ii. For subsequent years, the barge sailing day would also be in July. The contractor would provide pick-up and delivery of empty containers from the leasing company to the Port of Honolulu for barge transport to Kalaupapa.
Upon the barge's return from Kalaupapa approximately five to seven days later, contractor would provide pick-up and transport of filled containers from the Port of Honolulu to an authorized recycler in Honolulu, and return the newly emptied containers to the leasing company.
B. Air Transport of Packaged Refuse and Disposal from Kalaupapa to Landfill
1. After diversion to recycling and on-site composting, NPS will compact and package the remaining waste into small cubes, approximately 20"x 20"x 18", and 40 lbs per cube.
The current estimated quantity is about 28 cubes per week. This quantity may increase to up to 70 cubes per week in the future.
2. NPS will package waste twice a week (possibly reducing to once a week in the future). It is desired that the packages be transported on the same or next day of packaging to minimize the attractive nuisance. NPS will transport these cubes to the Kalaupapa airport for contractor pick-up. 3. Service is anticipated to begin in fiscal year 2008, starting in October 2007 through September 2008. The contractor would provide air transportation for the packages from Kalaupapa to Honolulu Airport and then on to final disposal at an approved landfill or to a waste-to-energy facility in Honolulu. C Hauling and Disposal of Construction & Demolition (C&D) Waste 1. Once a year, NPS will barge an estimated 60-65 tons of C&D waste from Kalaupapa National Historical Park to the Port of Honolulu, typically in July. 2. Contractor provides containers on a yearly basis to Kalaupapa, beginning in 2008, to contain C&D waste as it being generated from Park activities. The full containers would be placed by the NPS on the NPS barge in July of the following year and transported from Kalaupapa NHP to the Port of Honolulu. The contractor would then pick up the full containers at the Port of Honolulu, and transport them to an authorized C&D landfill for disposal. The replacement container set would need to be delivered to the barge company approximately 5 days prior to the sailing date to Kalaupapa. The full containers from Kalaupapa need to be picked up from the Port of Honolulu within the time as agreed to by the barge company (generally within one day of barge arrival). NPS will barge empty containers to Kaluapapa and offload them. Service will begin July 2008 for providing an empty set of containers only, and full service as described above will commence in July 2009. D. Best Value - Any firm may propose alternatives to the above methodologies if the alternative can achieve the same goals in a more efficient and cost effective manner. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms capable of providing the services described herein. The Government is not obigated to and will not pay any costs incurred in the preparation of any submission to this market survey. This Sources Sought Notice does not commit the government to award a contract, and your response is not an offer. III. RESPONSE: Respondents to this Sources Sought should indicate experience and interest in any one, multiple and/or all of the above services. Responses from potential sources must include the following information and are limited to three (3) pages or less: 1. Company name, address, phone number, fax number, and e-mail address(es). 2. Company Small Business classification for NAICS code 562111 (size standard $11.5 million average annual receipts for the past three years), to include Small Business Administration certified programs (e.g., small business, small disadvantaged business, HUBZone small business, service disabled veteran-owned small business, etc.). 3. Previous experience in refuse collection and disposal services.
RESPOND TO: The requested information shall be sent by one of the following methods: a) e-mail to tekla_s_vines@nps.gov b) fax to (808) 572-4488; or c) mail to the following address: National Park Service Haleakala National Park Attn: Tekla Vines P.O. Box 369 Makawao, HI. 96768 Propietary data must be marked as such, on a page by page basis, and will be kept confidential and protected where so designated.
ALL QUESTIONS regarding this Sources Sought Notice shall be submitted via e-mail to tekla_s_vines@nps.gov. RESPONSE DUE DATE: Please submit the requested information by close of business (HST) on July 19, 2007.
Point of Contact: Tekla Vines Contracting Officer 8085724486 tekla_s_vines@nps.gov;
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC
Please click here to view more details. http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2525033
-------------------------------------------------------------------------------Fairchild Recycling Center Operation
Document Type: Presolicitation Notice
Solicitation Number: FA4620-07-Q-A009
Set Aside: Total HUB-Zone
NAICS Code: 562920 -- Materials Recovery Facilities
Contracting Office Address: Department of the Air Force, Air Mobility Command, 92nd Contracting Squadron, 110 West ENT, Fairchild AFB, WA, 99011-8568
Description: This is the solicitation notice for the operation of the Fairchild AFB recycling center under solicitation number FA4620-07-Q-A009. The major elements of this service include providing necessary tools, labor and equipment necessary to perform recycling collection, delivery, and operation of the base recycling center at Fairchild AFB, WA. These services include marketing of various types of recycling items such as glass, newspaper, aluminum cans, cardboard, etc. All recycling services shall be performed in accordance with all state, local laws, regulations, commercial standards and the Performance Work Statement (PWS). The performance period is one base year from 1 Oct 07 to 30 Sep 08 and four option years. The procurement is a 100% HUB Zone small business competitive set aside.
This acquisition will be solicited using FAR part 12 and 15. The government will evaluate the competitive offers by using the Past Performance Tradeoff evaluation procedures. The applicable North American Industry Classification Systems Code (NAICS) is 562920 and the related small business size standard is $11.5 million. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type contract will derive from this solicitation and all work shall be performed under individual task orders. The performance period will be one base year and four subsequent one year options beginning on Oct 01, 2007.
The response date for this solicitation is 19 July 07 at 4:00 pm Pacific Standard Time. Notification of any revisions to this solicitation will be provided via the Federal Business Opportunities website at http://www.fbo.gov. Procurement documents will not be directly provided in a paper hard copy format or compact disc format. It is the responsibility of the contractor to check the FBO website daily for any posted revisions made to the solicitation. The solicitation will available for all interested parties to download from the FBO website. The closing date, time and submission, and site visit information will be included in the solicitation document. By submission of an offer, the offeror acknowledges that a prospective awardee must be registered in the Central Contractor Registration database at http://www.ccr.gov prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in the CCR database will make an offeror ineligible for award.
The Small Business Specialist Mrs. Marion Nelson can be contacted at (509)247-4880. All responsible sources may submit an offer, which shall be considered by the agency. Any questions regarding this notice should be directed to Omar Majette, Contract Specialist, Phone (509)247-4866, Fax (509)247-8685 Email omar.majette@fairchild.af.mil.
Quotes may be emailed, faxed Attn. Omar Majette at (509) 247-8685 or mailed to 92 CONS/LGCA, 110 W. Ent St., Fairchild AFB WA 99011-8568
Point of Contact: Omar Majette, Contract Specialist, Phone 509-247-4866, Fax 509-247-8685, Email omar.majette@fairchild.af.mil - Will Havens, Contracting Officer, Phone 509-247-2163, Email William.Havens@fairchild.af.mil.
-------------------------------------------------------------------------------To Manage Base Recycling Center
Document Type: Presolicitation Notice
Solicitation Number: FA5606-07-R-0010
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB Unit 3910 Bldg 2007, Spangdahlem AB, Germany, AE, 09126-3910
Description: to manage the two base recycling center at Spangdahlem air base and Bitburg annex.
Point of Contact: Helmut Lokermans, Contracting Specialist , Phone (49) 6565 61 9535, Fax (49) 6565 61 9207, Email helmut.lokermans@spangdahlem.af.mil.
-------------------------------------------------------------------------------Scrap Metal Bid 07-627
Solicitation Number: 07627
NAICS Code: 238990 -- All Other Specialty Trade Contractors
Contracting Office Address: Defense Contract Management Agency, Defense Contract Management Agency, DCMA Boeing Canoga Park, PO Box 7922 6633 Canoga Avenue, Canoga Park, CA, 91309-7922
Description: multiple line items of hardware for scrap bid only, property is not to be used in its current capacity. Various type of metal associated with each part (stainless steel, aluminum, nickel, etc). Parts as follows - boss spring, foil, springs, clamps, impaci-o-graph, retainer, screws, plate, plate set, strain gage, tubing, manifold, line.
To view inventory or for copy of bid, please contact surplus sales at pratt & whitney rocketdyne at (818)586-5252.
Point of Contact: Meloney West, Plant Clearance Officer, Phone 818 586-1428, Fax 818 586-7209, Email meloney.west@dcma.mil - Meloney West, Plant Clearance Officer, Phone 818 586-1428, Fax 818 586-7209, Email meloney.west@dcma.mil.
-------------------------------------------------------------------------------Scrap Metal Bid 07628
Solicitation Number: 07628
NAICS Code: 238990 -- All Other Specialty Trade Contractors
Contracting Office Address: Defense Contract Management Agency, Defense Contract Management Agency, DCMA Boeing Canoga Park, PO Box 7922 6633 Canoga Avenue, Canoga Park, CA, 91309-7922
Description: sale of various types of hardware excess to current contract requirements; hardwae must be scrapped after sale; not to be used in current capacity. Property consist of different types of metal (stainless steel, nickel, aluminum, etc.) The following list of hardware is available for bid. Fitting, probe, strain gage, bearing, cover, spring, seal, space, tip seal, impact-ograph, support, yoke, duct oxider, flange, forging, ring, wrench, ring tube, adapter, bolts, brackets, terminal, clamp, plug, screw, washers, bar, coupling, line, sleeve, orifice, mount. Multiple quantities of each type.
Please contact surplus sales to view inventory or obtain a copy of bid at (818)586-5252.
Point of Contact: Meloney West, Plant Clearance Officer, Phone 818 586-1428, Fax 818 586-7209, Email meloney.west@dcma.mil - Meloney West, Plant Clearance Officer, Phone 818 586-1428, Fax 818 586-7209, Email meloney.west@dcma.mil
Place of Performance: Pratt & Whitney Rocketdyne, Inc. 6633 Canoga Ave. Canoga Park, Ca Postal Code: 91309
Secure Shredding Services
Document Type: Presolicitation Notice
Solicitation Number: SSA-RFQ8-07-0004
Set Aside: Total Small Business
NAICS Code: 561499 -- All Other Business Support Services
Contracting Office Address: Social Security Administration, Office of Budget, Finance, and Management, SSA Region 8, 1961 Stout Street, Denver, CO, 80294
Description: The Social Security Administration (SSA), Denver Regional Office is seeking a source to provide secure shredding services. The contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and other related supplies and services. Secure shredding services will be provided at various SSA offices throughout the States of Colorado, Wyoming, North Dakota, South Dakota, Montana and one site in Minnesota. This is a total small business set aside. The period of performance will be for a base year and four, one year options. All offerors must be registered in the Central Contractor Registration data base. You may contact F. Robert Ribail at ph. 303 844-7344 for any questions.
Point of Contact: Robert Ribail, Contract Specialist, Phone 303-844-7344, Fax 303-844-7300, Email robert.ribail@ssa.gov - Robert Ribail, Contract Specialist, Phone 303-844-7344, Fax 303-844-7300, Email robert.ribail@ssa.gov.
Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- 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