Paper Recycling Statewide
State of Maryland
Region a - bidders fixed rate, cents on the dollar amount revenue for recycled paper for a period of three (3) years beginning February 1, 2008 through January 31, 2011 in accordance with the terms, conditions and specifications. Bidders must enter their percentage rate for shared revenue for recycled paper as a decimal, i.e. 5%=.5
For more information, contact Barbara Ryer, Program Manager, E-mail: barbara.ryer@dgs.state.md.us, Dept. of General Services, , 301 W. Preston St., Room M3, Baltimore, MD 21201-2305. Tel. (410) 767-4032. Fax: (410) 333-7022.
to view details click on the following link -- Bid
--------------------------------------------
Scrap Metal Recycling
City of Savannah
The purpose of this specification is to describe the sale of certain recovered scrap metals by the City of Savannah’s Department of Refuse Disposal. The Department desires to sell discarded household appliances, commonly referred to as "white goods" and other assorted scrap metals received at the City’s landfill on Dean Forest Road and other city facilities.
To view the bid click on the following link – Savannah Bid
-----------------------------------------------------
Sale Of Scrap Metal
City of Scottsdale, Ariz.
Pricing Agreement to purchase and pick up various types of scrap metal. The pricing agreement will be for one year.
To view the bid click on the following link -- Scottsdale Bid
Requests for additional information relating to the instructions should be directed to Robert Schoepe, tel. (480) 312-5714, rschoepe@scottsdaleaz.gov.
--------------------------------------------------------
Purchase of Six (6) New 42 CY Split-Compartment Compacting Curbside Recycling Trucks
Charleston County, SC
Bid Number -- IFB No. 4178-08M
Click here to view the bid -- Charleston County Bid
--------------------------------------------
Collection, Removal and Disposal of Trash and Recyclables for the Department of Environmental Protection
State of Connecticut
Click here to view the bid -- Connecticut Bid
For more information contact Robert Zalucki, Jr., robert.zalucki@CT.gov, or (860) 713-5139
--------------------------------------------
Retrieval of various scrap metals and aluminum from CT DOT Facilities throughout the State of CT.
State of Connecticut
Click here to view the bid -- Connecticut Bid
For more information contact Paul Greco, paul.greco@CT.gov, (860) 713-5189
--------------------------------------------
Trash Collection and Disposal At Katherine Landing, Mohave County, AZ
Solicitation Number: N8373080015
Contracting Office Address: PWR - LAME Lake Mead NRA 601 Nevada Way Boulder City NV 89005
Trash and Waste Collection & Disposal from Lake Mead National Recreation Area, Mohave County, AZ.
This solicitiation will be available at http://ideasec.nbc.gov on or about January 15, 2008. Paper copies of this solicitation will not be issued and telephone requests or fax requests for this solicitation will not be accepted. Solicitation Number N8373080015.
The work consists of furnishing all labor and equipment necessary to provide trash/garbage, some recycled material collection and disposal services in the Lake Mead NRA, Katherine Landing AZ, in the vicinity of Laughlin NV, in accordance with the scope of work, stated pick-up schedule, and disposal of same at a state licensed sanitary landfill, for Base Period of March 1, 2008 through December 31, 2008, plus four (4) one year option years.
This acquisition is unrestricted. This is a Best Value procurement and will be used a comparative evaluation of proposals based on price, past performance and technical qualifications. In order to download the solicitation, interested vendors must register at http://ideasec.nbc.gov. It is mandatory that all contractors register in the Central Contractor Registration database (www.ccr.gov ) prior to award.
The anticipated award date is on or about March 1, 2008. Responses from offerors will be accepted at the address listed in the solicitation in hard copy until the due date specified in the Solicitation, with manual signature of the authorized company official. Facsimile offers will not be accepted.
Mailing address is Idella Mullins, Contract Specialist, 601 Nevada Way, Boulder City, NV 89005. This announcement does not constitute the solicitation. Questions should be in writing and e-mailed to the Contract Specialist, Idella Mullins, at idella_mullins@nps.gov, 702-293-8910.
Interested parties are urged to check for Amendments. Contractors interested in a site visit should schedule one with Jim Massie 702-293-8737 or Dan Rose 928-754-5623.
Point of Contact: Idella C. Mullins Contract Specialist (702) 293-8910, idella_mullins@nps.gov.
Please click here to view more details.
--------------------------------------------
Recycling Program Equipment
Document Type: Combine Solicitation
Solicitation Number: FA4621-08-T-0007
Set Aside: Total Small Business
NAICS Code: 423830 -- Industrial Machinery and Equipment Merchant Wholesalers
Contracting Office Address: Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St Suite 102, McConnell AFB, KS, 67221-3606
This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies:
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued.
(ii) The solicitation reference number is FA4621-08-T-0007, it is being issued as a Request for Quotation (RFQ).
(iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-23, effective 26 Dec 07.
(iv) This acquisition is 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code 423830, however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis.
(v) CLINS: 0001 11 Each 8-YD Front Load, Heavy Duty Container with Metal Side Doors and Cardboard Slots with Plastic Lids. 10 Gauge Floors, 12 Gauge Walls, 7 Gauge Lift Pockets, 7 Gauge Lid Brackets, Lift Pockets Full Length, Top and Bottom. Floor supports 3, 3? Structural Channel, Full Length Skids.
For Cardboard Collection All Prices Will Include Freight. Fob: Destination
0002 4 Each 8-YD Front Load, Heavy Duty Container with Metal Side Doors and Plastic Lids. 10 Gauge Floors, 12 Gauge Walls, 7 Gauge Lift Pockets, 7 Gauge Lid Brackets, Lift Pockets Full Length, Top and Bottom. Floor supports 3, 3? Structural Channel, Full Length Skids.
For Compost Collection All Prices Will Include Freight. Fob: Destination
0003 2 Each 30-YD Open Top Container, Rectangle, Standard Duty, Outside Rail Understructure. 3/16’ Floor, Cross Members on 18? Centers, 12 Gauge Walls, 24? Post Spacing.
For Scrap Wood And Pallet Collection All Prices Will Include Freight. Fob: Destination
0004 9 Each 30-YD, Recycle Containers, 3 Compartments (2 Dividers 3 Doors per side, Standard Duty, Outside Rail Understructure. 3/16? Floor, Cross Members on 18? Centers, 12 Gauge Walls, 24? Post Spacing.
For Mixed Recyclables (Newspapers, Magazines, Plastics, Tins And Aluminum. All Prices Will Include Freight. Fob: Destination
All containers should be McConnell Brown. The codes to mix the brown is:
Blk 18 p 18
Yox 15 p 0
Oxr 11 p 46
Wht 1 p 16
The dulux number is 2406-0400n deep mcconnell brown.
Provide pricing and specifications (these should include diagrams or photos of containers) on clins (0001-0004) and total all clins for total amount of all items with your response.
(vi) See item (v)
(vii) Containers will be delivered to McConnell AFB, KS. FOB Origin.
(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil.
(ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: lowest price technically acceptable.
(x) offerors must include with their proposal a completed copy of the provision at 52.212-3, offeror representations and certifications-commercial items and dfars 252.212-7000 offeror representations and certification, commercial items with their quote.
(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies.
(xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies.
The following clauses apply:
FAR 52.222-3, Convict Labor;
FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies;
FAR 52.222-21, Prohibition of Segregated Facilities;
FAR 52.222-26, Equal Opportunity;
FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;
FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans;
FAR 52.225-13, Restrictions on Certain Foreign Purchases;
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration;
FAR 52.233-3, Protest after Award;
FAR 52.233-4, Applicable Law for Breach of Contract Claim;
FAR 52.247-34, F.O.B. Destination
(xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and 52.252-2 are incorporated by reference:
FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
FAR 52.222-22, Previous Contracts and Compliance Reports;
DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate;
DFARS 252.225-7001, Buy American Act and Balance of Payments Program;
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors;
AFFARS 5352.201-9101, Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought
by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com.
Quotes are due to:
By mail: 22 CONS/LGCA
Attn: SSgt Toine Pilgrim
53147 Kansas Street Suite 102
McConnell AFB, KS 67221-3606
By fax: 316-759-1411
Attn: SSgt Toine Pilgrim
By email: toine.pilgrim@mcconnell.af.mil
--------------------------------------------
Comprehensive Recycling Program
Document Type: Presolicitation Notice
Solicitation Number: VA-246-07-RQ-0213
Naics Code: 562998 -- All Other Miscellaneous Waste Management Services
Contracting Office Address: Department of Veterans Affairs; VISN 6 Centralized Acquisition Service;100 Emancipation Drive; Hampton VA 23667
The Government has a requirement for a contractor to provide a Full Comprehensive Recycling program for recycling material, collection and removal service throughout the VA Medical Center's administrative and patient care areas. The term of the contract shall be from the period/date of award through September 30, 2008 with a Government option to extend the term of the contract for (2) additional one-year periods for the VA Medical Center, 508 Fulton Street, Durham, North Carolina 27705. This Acquisition shall be procured and awarded using unrestricted procedures. The applicable NAIC is 562998 /All Other Miscellaneous Waste Management Services/ $6.5Mil. Solicitation closes at 4:00 p.m. EST, January 22, 2008. This requirement is subject to the availability of Fiscal Year 2008 funds. NO hard copy solicitation will be provided. Solicitation documents may be obtained electronically at www.fedbizopps.gov. Offers may be mailed to: Delmont Friday (90C), VAMC Hampton, 100 Emancipation Drive, Bldg. 27, Hampton, VA 23667. ELECTRONIC OR FAXED OFFERS WILL NOT BE ACCEPTED. Point of Contact: Delmont Friday Contract Specialist 757-728-7082.
Point of Contact: Delmont Friday Contract Specialist 757-728-7082
Email your questions to Contract Specialist at delmont.Friday@va.gov
--------------------------------------------
Trash and Debris Removal Services
Document Type: Presolicitation Notice
Solicitation Number: SSA-RFP-1033
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance 7111 Security Blvd., Baltimore, MD, 21244
The Social Security Administration (SSA) has a requirement for trash and debris removal and disposal services at the Metro West Building, 300 North Greene Street, Baltimore, Maryland 21201. The contractor shall provide all management, supervision, labor, materials, supplies and equipment necessary to perform the service of trash and debris removal and disposal services.
The contractor shall provide one 30 cubic yard compactor container and empty three (3) times a week on Tuesday, Thursday, and Saturday (excluding holidays) between 6:00 a.m. and 6:00 p.m. eastern standard time, and provide one 30 cubic yard open top container to be emptied on an on-call basis Monday through Friday (excluding holidays) between 6:00 a.m. and 6:00 p.m. eastern standard time.
This procurement will be conducted using full and open competition. The North American Industry Classification System (NAICS) code for this requirement is 562111. The size standard for this NAICS code is $11.5 million.
The SSA anticipates awarding a firm-fixed price contract for this effort. The period of performance shall be a one-year base period with four 1-year options, which is to begin on or about April 1, 2008. This requirement will be procured utilizing procedures in the Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items and Part 15-Contracting by Negotiation. It is anticipated that the Request for Proposal (RFP) will be issued on or about January 14, 2008. The RFP will be issued under solicitation number SSA-RFP-08-1033. The solicitation and any related documents for this procurement will be made available to interested parties through electronic media for downloading via the internet at Federal Business Opportunities (FedBizOpps) at http://www.fedbizopps.gov. No paper copies of the solicitation will be available. Potential offerors shall be responsible for monitoring the internet site for release of the solicitation, amendments (if any), and responses to any questions submitted in accordance with the solicitation provisions. Original Point of Contact is: to Derek Easter, Social Security Administration, Office of Acquisitions and Grants, 1st Floor-Rear Entrance, 7111 Security Boulevard, Baltimore, Maryland 21244, Email: DerekEaster@ssa.gov.
--------------------------------------------
Demolish Building 268, Defense Distribution Depot Susquehanna, PA (DDSP) New Cumberland, PA 17070
Solicitation Number: SP3100-08-Q-0001
Naics Code: 238910 -- Site Preparation Contractors
Contracting Office Address: Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001
The tentative timeframe for issuance of the Request for Quote (RFQ) SP3100-08-Q-0001 for this requirement will be the week of January 22, 2008. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package.
2.) Change Pont of Contact information to:
Alan Noble, Contract Specialist, Phone 717-770-4192, Fax 717-770-7591, Email Alan.Noble@dla.mil.
Contractor shall furnish all supervision, labor, material, and equipment and accessories necessary to Demolish Building 268, Defense Distribution Depot Susquehanna, PA (DDSP), New Cumberland PA 17070.
The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected the contractor will attend the site visit and thoroughly familiarize himself with the project.
Specifications and drawings will be provided when the solicitation package is issued.
Project Description: All costs associated with the complete demolition and removal of building 268. Project task include, but not limited to the following:
1. Demolish building 268, building footers, surrounding sidewalks, parking areas, and concrete pads as shown.
2. Underground electric service to be disconnected and removed in its entirety at the pole. Cut off conduits at a minimum of one (1) foot below grade and cap. Three (3) transformers, three (3) cutouts/arrestors, and the cross arms to be removed and salvaged for the Government.
3. Provide silt runoff protection at demolition area and storm sewer inlet as shown.
4. Disconnect underground communication line on north side of building as shown. Pull excess wire back to manhole across street and wrap up in manhole. If applicable, disconnect overhead communication lines on north side of building 268 at pole across the street as shown.
5. Remove sign, lights, and underground electric wire/conduit at northwest corner of building 268 at pole across street, a shown.
6. Cap off sanitary sewer lines from building at main or manhole. Sanitary sewer main line to stay in place, remains in operation, and must be watertight.
7. Remove water main valve and valve box as shown. Install blind flange and thrust block. Waterline to be abandoned in place.
8. Backfill and grade demolished areas. Provide fill, topsoil, and plant grass seed for all areas disturbed by this work.
All work shall be performed complete and in accordance with the specifications and drawings.
Period of Performance:
Contractor shall commence work upon receipt of the Notice to Proceed (NTP) and shall complete Demolition of Building 268 and be ready for use within 60 days after receipt of NTP. Liquidating damages for failure to complete within the contract times will be $195 for each day of delay until the task is completed or accepted.
Working Hours:
Normal hours of work shall be between 0730 and 1630, Monday through Friday excluding any Government holidays.
Preconstruction Conference and Initial Submittals:
A preconstruction conference will be held approximately 15 days after NTP is issued. Initial submittals items shall be provided to the Government Contracting Officer Representative (COR) at this time.
This acquisition is unrestricted pursuant to the Small Business Competitiveness Demonstration Program Act of 1988, Public Law 100-656 (15 U.S.C. 644 note). Contract award will be issued pursuant to the Small Business Competitiveness Demonstration Program.
The NAICS Code for this procurement is 238910. The small business size standard is $13,000,000.
The magnitude of this construction effort is between $25,000 and $100,000.
This requirement is being issued subject to availability of funds. The Government expects to have funding available no later than 31 Jan 2008.
The tentative timeframe for issuance of the Request for Quote (RFQ) SP3100-08-Q-0001 for this requirement will be the week of February 18, 2008. A site visit will be conducted. The exact date and time for the site visit will be stated in the RFQ package.
Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the RFQ package will not be distributed. Any questions concerning this project should be directed to the Contract Specialist Alan Noble at Alan.Noble@dla.mil. All questions should be submitted in writing via email to the above.
Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFQ. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award.
To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration the CCR database.
All responsible concerns may submit a bid which shall be considered by this agency. The Government intends to award one contract as a result of the quotation. Award will be made to the lowest firm-fixed price on a lump-sum basis, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
Original Point of Contact: Alan Noble, Contract Specialist, Phone 717-440-4192, Fax 770-771-7591, Email Alan.Noble@dla.mil.
Latest from Recycling Today
- In Memoriam: Norman Bernstein
- SMI acquires two Kansas metals recycling locations
- The Washington Department of Ecology fines 23 plastic producers
- Curbside recycling collection expanded in Austin, Texas
- US Steel, NSC remain silent on merger
- Harbor Aluminum says Midwest premium has room to grow
- USW voted in at JSW mill in Ohio
- Komatsu adds dealerships in southwestern US