Curbside Recycling Containers
City of San Antonio, Tex.
The City of San Antonio is soliciting bids for curbside recycling containers in accordance with the specifications listed herein. This contract is utilized by the Environmental Services Department for the City’s curbside recycling program.
Click here to view the bid -- Curbside Recycling Containers
---------------------------------------------------------------
Recycling Services
Oakland County, MI
Oakland County Purchasing is issuing this SEALED Request for Proposal (RFP) to interested and qualified vendors who can provide an efficient turn-key operation to collect, sort, transport, process, and dispose of household hazardous waste.
Click here to view the bid -- Recycling Services
---------------------------------------------------------------
Recycling of Scrap Tires
The Georgetown County, SC Public Services Department, Recycling Division is soliciting bids for a continuous program to provide for the recycling of scrap tires. Tires are currently collected at the Solid Waste Landfill, located on Landfill Road, off Browns Ferry Road a/k/a SC-51, Georgetown, SC. All tires collected for recycling must be promptly removed on a regular basis and hauled to a DHEC certified disposal/recycling facility. Each offeror must include all transportation charges fully prepaid from the Georgetown County Landfill at 203 Landfill Road (off Browns Ferry Road/SC51), Georgetown County, SC 29440. Requirements and specifications are contained in the on-line bid documents available below.
Click here to view the bid -- Scrap Tires
---------------------------------------------------------------
Two-Year Contract for Recycling and Disposal; Fluorescent Lamps and Misc. Materials
St. Petersburg, Fla.
Click here to view the bid -- Fluorescent Lamps/Miscellaneous Material
---------------------------------------------------------------
Engineered 100% Recycled Plastic Lumber
Solicitation Number: HSCG42-07-Q-QNECB9
Set Aside: Total Small Business
NAICS Code: 423310 -- Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
Contracting Office Address: Department of Homeland Security, United States Coast Guard, Commanding Officer, U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
Engineered 100% recycled plastic lumber to match existing color and material currently installed on Coast Guard pier. This plastic lumber will be used as pier decking for the Coast Guard 210' Cutters. Lumber size shall be 4 inch X 11 1/2 inch X 16 feet. Color shall be GRAY with wood grain, non-skid surface. Estimated quantity needed is 140; however, contractor shall determine actual quantity needed based on an area of coverage of 88' length x 25' width. Product shall be UL protected and non-toxic to the environment. Warranty information shall be provided with all offers. Shipping terms shall be FOB destination and shall be delivered to the following address: 1 Munro Avenue, Central Supply Building #157, USCG Training Center, Cape May, NJ 08204 between the hours of 0800 and 1630 Monday through Friday and shall be coordinated with the designated technical representative. Notice of intent to deliver shall be given 48 hours in advance of delivery to Mr. Gary Myers (609)898-6955.
Inspection & Acceptance will be conducted at the destination. The required delivery date is 45 days after notice of award or earlier. The award will be a firm, fixed-price order and will be awarded utilizing Simplified Acquisition Procedures. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written proposals along with the required completed clauses/provisions and information requested herein must be submitted and received at this office on or before August 21, 2007 at 3:00 PM eastern time.
Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may also be submitted via e-mail to Shirley.L.Green@uscg.mil . Facsimile proposals will not be accepted. Please direct all technical questions regarding this procurement to Mr. Gary Myers at (609) 898-6955 or Gary.T.Myers@uscg.mil . Magnitude of the procurement is BETWEEN $25,000.00 and $100,000.00. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened.
Quotes shall be submitted on company letterhead stationary and as a minimum, offers must provide the following items:
**The solicitation number;
**The time specified in the solicitation for receipt of offers;
**Company Name;
**Company Address, Points of Contact, Phone numbers and E-mail addresses;
**'Remit to' address, if different than mailing address;
**Nomenclature;
**Part Number;
**Unit Price ;
**Extended Price ;
**FOB Destination;
**Any discount points for prompt payment;
**Business Size standard and minority classification;
**Commercial and Government Entity (CAGE) code;
**DUNS number;
**Tax ID number (TIN);
**CCR registration status;
** A statement stating whether the contractor will or will not accept payment by government purchase card (Visa) after delivery, inspection, acceptance of materials by the government;
**Terms of any express warranty;
**A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically);
**A technical description of all the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
**Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries;
**Acknowledgment of Solicitation Amendments;
**Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
**Only new items may be utilized to meet this requirement. The Contractor will furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-15.
---------------------------------------------------------------
Weekly Refuse And Recycling Collection Services For Base + 3 Option Years For Carroll County USARC, Westminster MD And Harrisburg Afrc, Harrisburg Pa, Beginning 1 Oct 07
.Solicitation Number: W912CC-07-T-0017
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: ARCC Coraopolis Satellite Office, 1605 Coraopolis Height Rd, Coraopolis, PA 15108-4310
Description: The contractor shall provide all transportation, fuel, personnel, equipment, tools, materials, supervision, and other items and services necessary to perform refuse and recycling services at the Government facility identified in Schedule B. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations.
Award shall be made to a single quoter. The Quoter must include prices for each item listed in order that offers may be properly evaluated. Failure to do so shall be cause for rejection of the entire quote. Award shall be made to that responsive, responsible quoter whose total aggregate price is low. Pricing shall be inclusive of any applicable PA State HB2044 Growing Greener Act Fees, any fuel surcharges and any other fees or charges. Contract will not allow for separate payment of any surcharges or fees on the invoice.
Point of Contact: Sherrie Plonski, 412-604-8466. Email your questions to ARCC Coraopolis Satellite Office at sherrie.plonski@us.army.mil
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