Supply Trash Bags for the City of Portland Recycling and Trash Collection Program
City of Portland, Maine
Bid/RFP Number 5208
Supply And Delivery Of Ten (10) Recycling Trucks
City of Vancouver, British Columbia
Tenders are invited for the supply and delivery of ten (10) Recycling Trucks for pick- up of recyclable materials from Vancouver residences in accordance with the Requirements of this ITT for the City of Vancouver (the "City").
To view the bid click on the following link -- Vancouver Bid
Residential Recycling Services
City of Chesapeake, Va.
The City is requesting Proposals from qualified firms for residential recycling collection services within the City Service Area. The City Service Area is the entire incorporated City boundaries of Chesapeake, Virginia.
The City of Chesapeake is located in southeastern Virginia in the area known as South Hampton Roads. The city has a population of approximately 218,000 citizens. The City has experienced growth in residential service accounts for waste management services at a rate of 1.2 to 1.5% per year over the past several years. We anticipate this same rate of growth during the contract period.
The City currently provides residential curbside recycling services to approximately 53,180 residential units and is serviced via 18 gallons bins every other week. For fiscal year 2007, the existing vendor collected 4,714.82 tons of curbside recyclables and an additional 143.78 tons through the City’s two (2) drop-off collection sites. The City also provides two drop-off recycling sites for various recyclable materials. All of these services are contracted through the Southeastern Public Service Authority (SPSA).
To view the bid click on the following link -- Chesapeake Bid
Recycling Lamp/Ballast
City of Columbus, Ohio
Recycling of crushed, flourescent lamp waste, in 55 gallons drum. Successful bidder will need to furnish a Certificate of Recycling which reflects the address in which the waste was generated, the date it was recycled, a description of the material recycled, and the location in which it was recycled. Successful bidder must also comply with all applicable state and federal laws regarding transport and disposal of crushed lamps waste.
The estimated annual expenditure for all lamp and ballast recyling will be $3500. Due to the 55 gallon drums we will ship out with waste product, we will require the equal exchange of 55 gallon drums at the time of pick-up, for each drum of waste shipped. These must be steel, 55 gallon, with lid and fastener(s), and free of oil, dust, dirt, etc. To assist our program, we may need to purchase additional barrels (see line item #3).
Click here to view the bid -- Columbus Bid
Removal & Destruction of Scrap Aluminum and Steel
State of Nevada
The Department of Motor Vehicles (DMV) License Plate Factory, located at the Nevada State Prison, E. 5th Street, in Carson City, Nevada, is soliciting proposals from qualified vendors for the removal and destruction of all scrap aluminum and steel produced from the License Plate Factory.
To view the bid click on the following link -- Nevada Bid
Sale and Removal of Scrap Traffic Pole Yard Contents
City of Phoenix
The City of Phoenix invites sealed bids for Sale and Removal of Scrap Traffic Pole Yard Contents in accordance with the specifications and provisions contained herein.
Click here to view the bid -- Phoenix Bid
On Site Secure Information Shredding
Ames, Iowa
For more information contact Edie Schmidt at eschmidt@city.ames.ia.us.
RFQ for Removal, Disposal/Recycling of Used Tires/Scrap Rubber at Ft. Campbell, KY
Solicitation Number: SP4410-08-Q-2003
Set Aside: Total Small Business
NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal
Contracting Office Address: mDefense Logistics Agency, Acquisition Management, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49037-3092
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.
This RFQ is for the Defense Reutilization and Marketing Service (DRMS), a Primary Level Field Activity (PLFA) of the Defense Logistic Agency (DLA), headquartered in Battle Creek, Michigan. This announcement is a supplement to the full RFQ. This RFQ is for a contractor to provide for removal, disposal/recycling of used tires/scrap rubber at Ft. Campbell, KY and other facilities.
Questions must be submitted no later than 1400 Eastern Standard Time (EST) on Friday 14 February 2008. To obtain a copy of the full RFQ access the DRMS homepage at http://www.drms.dla.mil/. On the left side of the web page, click on PROCUREMENT, then click on CURRENT SOLICITATIONS, and then locate the RFQ identified above. See Paragraph E.5 of the solicitation for Quote Submission Instructions. Quotes are due by 1400 EST on Friday 22 February 2008.
Original Point of Contact: James Manring, Contract Specialist, Phone 269-961-7131, Fax 269-961-4474, Email Jim.Manring@dla.mil - Barry Mowry, Contracting Officer, Phone 269-961-7080, Fax 269-961-4474, Email Barry.Mowry@dla.mil.
Recycling Collection Truck
Document Type: Combine Solicitation
Solicitation Number: W45NQ9-9801-0N201
Set Aside: Total Small Business
Contracting Office Address: 761st Tank Bn Ave, BLDG 1001, Rm W113, Fort Hood, TX 76544
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W45NQ9-9801-0N201 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 336112 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-02-15 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft. Hood, TX 76544
The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following:
LI 001, Recycling Collection Truck: Truck and Tank must be one unit and work as a unit. See Attachment for SPECIFICATIONS for both items., 1, EA;
For this solicitation, USA ACA Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com.
Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid:
Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use.
Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to william.f.dunlap@hood.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.
The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
Delivery shall be made within 30 days or less after receipt of order (ARO). (Quote must be valid until 30 September 2007.)
CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
Point of Contact: William Dunlap, Title: Contract Specialist, Phone: 2542875088, Fax: 2542875354, Email: william.f.dunlap@hood.army.mil.
Recycling Center
Document Type: Sources Sought Notice
Solicitation Number: FA4484-recyclingcenter
NAICS Code: 562119 -- Other Waste Collection
Contracting Office Address: Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641, UNITED STATES
This is post is for market research only. McGuire AFB, NJ is interesting in information on other recycling center operations that are similar in size and scope to McGuire AFB, NJ.
Work consists of but not limited to providing all personnel, management, tools, supplies, equipment, labor, and supervision necessary to perform Recycling services at McGuire AFB, NJ.
Please contact TSgt Anthony Kilgallon at (609)754-3989.
Point of Contact: Anthony Kilgallon, Contract Specialist, Phone 609-754-5934, Fax 609-754-2206, Email anthony.kilgallon@mcguire.af.mil - Anthony Kilgallon, Contract Specialist, Phone 609-754-5934, Fax 609-754-2206, Email anthony.kilgallon@mcguire.af.mil
Concrete Crushing Recycling
Document Type: Combine Solicitation
Solicitation Number: W911S8-08-T-0005
Set Aside: Total Small Business
NAICS Code: 238910 -- Site Preparation Contractors
Contracting Office Address: ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
This is a Combined Synopsis/Solicitation for the purchase of a commercial Service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation and incorporated prov isions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. A Request: For Proposals for Solicitation W911S8-08-T-0005; Concrete Crushing & Storage; SEE PERFORMANCE WORK STATEMENT BELOW; This is a total set-aside f or Small Businesses; Project location: Landfill #5, Fort Lewis, WA 98433 ; Pre-Proposal site visit shall not be required for a contractor to make an offer.
This shall be Firm Fixed Price Contract; Proposals shall include a Firm Fixed Price to cover all cost s: all labor, equipment, materials, permits, fees, overhead, and miscellaneous costs necessary for the accomplishment of this project; Award will be made on the basis of lowest price, technically acceptable; Project Start Date: 30 days or less ARO After Cl osing Date; Expected length of Project: Less than 30 days; If you are interested in providing a quote and require a full copy of Solicitation,
Contact Max Putnam, Contract Specialist, via email (max.d.putnam@us.army.mil); Please include all Contractor In formation, Company Name, Requesting Party, Telephone Number, Fax Number, and Email Address; 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, and Provision 52.212-3; Electronic Submissions of Solicitation is preferred; Any and all questions shall be submitted in writing using company letterhead page or Email.
PERFORMANCE WORK STATEMENT: PORTLAND CEMENT CONCRETE (PCC) CRUSHING
1. General Requirements: The U.S. Government is requesting proposals for crushing of broken concrete mixed with metal reinforcing. The concrete stockpile is approximately 10, 000 tons in terms of weight. The stockpile is located at Landfill #5, Fort Lewis. 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 ava ilable 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 inc lude: 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 sto ckpiled concrete to the specified gradation (Solicitation) 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 State of Washington Department of Environmental Qu ality permit conditions, rules and regulations, as well as those of other regulatory agencies. d. The contractor must maintain compliance with the Fort Lewis Air Force Base air permit issued by the Washington State Department of Environmental Quality. No particulate matter (i.e., dust) shall become airborne and remain visible past the Fort Lewis property line due to the contractor's operation (rock crushing, material movement, etc.). e. The contractor must provide a storm water pollution prevention plan an d 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. f. Provide a safety plan specific to this project and mai ntain an onsite safety coordinator during all operations. h. Properly dispose of all trash and non-recyclable items from the job site daily. g. Recycle all reco vered metals at an on-site location designated by the government. h. Remove all equipment, and trash from the site at completion of the project. Site should be left in clean and orderly manner. i. All product stockpiles left on-site, must be left free of s craps or other formations that may slide or fail, and maintained to allow traffic access around the site. j. Proposal shall include all required labor, equipment, permits, fees, and materials required to complete the work. 3. Project Schedule: Crushing ope rations 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 req uirements of Table 1. The maximum size of the processed material shall be 1 inch or less in diameter. 5. Contractor shall prepare Contractor Manpower Report and all other required completition of contract paperwork. END OF PERFORMANCE WORK STATEMENT CONTRA CT LINE ITEM Numbers (CLIN 0001: Install and Removal of Portable Crushing Operation at Government Site; CLIN 0002 Fixed Price Per Ton of Recycled Concrete; CLIN 0003 Adminstrative cost for Contract Manpower Reporting.
For full requirements request c opy of solicitation w911s8-08-t-0005. Contractor must be registered in central contractor registration (ccr) prior to award. If not already registered in ccr, go to www.ccr.gov to register prior to submitting quote. No partial quotes will be considered. The clauses and Provisions listed below apply to this acquisition: 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred; Suspended, or Proposed for Debarment JAN 2005; 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Con ditions--Commercial Items OCT 2003; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Dec 2007; 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 20 04); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000). 52.225-1, Buy American ActSupplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006 ) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003); 52.222-41, Service Contract Act of 19 65 (Nov 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), 52.242-15, Stop-Work Order (Aug 1989) 52.246-1 Contractor Inspection Requirements APR 1984; 52.247-34 F.O.B. Destination NOV 1991; 52.252-1 Solicitation Provisions Incorp orated By Reference FEB 1998; 52.252-2 Clauses Incorporated By Reference FEB 1998; 52.252-5 Authorized Deviations In Provisions APR 1984; 52.252-6 Authorized De viations In Clauses APR 1984; 52.253-1 Computer Generated Forms; 252.204-7003 Control Of Government Personnel Work Product APR 1992; 252.201-7000 Contracting Officer's Representative; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003; 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005; 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005; 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003; 252.232-7003 Electro nic Submission of Payment Requests JAN 2004; 252.243-7001 Pricing Of Contract Modifications DEC 1991; 252.246-7000 Material Inspection and Receiving The full Solicitation will be available for download from the Fort Lewis Contracting Office web site at ht tp://www.lewis.army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation. Offers are due on 22 Feb 2008 at 4:30 PM. Pacific Daylight Time.
Point of Contact: Max D Putnam Jr., 253-966-0175. Email your questions to ACA, Fort Lewis at max.d.putnam@us.army.mil
Additional Information -- http://www.lewis.army.mil/doc
ACA Fort Lewis Web Site
Aluminum Plastic And Glass Recycling Support At Kennedy Space Center
Document Type: Combine Solicitation
Solicitation Number: NNK08201910Q
Set Aside: Total Small Business
NAICS Code: 562920 -- Materials Recovery Facilities
Contracting Office Address: NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
This notice is a combined synopsis/solicitation for commercial services 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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for Aluminum, Plastic, and Glass Recycling Support at the Kennedy Space Center, in accordance with the attached Statement of Work. Offerors are required to use the On-Line RFQ system to submit their quote. The On-line RFQ system is linked above or it may be accessed at http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin= . The information required by FAR Subpart 12.6 is included in the on-line RFQ. The Government plans to use the best value tradeoff process described in FAR 15.101-1 in the evaluation of quotes. The evaluation factors and significant sub-factors that will affect contract award are the Project Plan, Capabilities Package, Past Performance and Price. *In accordance with FAR 52.212-3, Offerors must include completed Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. All contractual and technical questions must be submitted in writing (e-mail or fax) to jessica.r.paglialonga@nasa.gov not later than February 21, 2008. Telephone questions will not be accepted. Offers for the services described above are due via e-mail by close of business, 4:00 PM, February 29, 2008 to jessica.r.paglialonga@nasa.gov and must include all documents stated in the attached Instructions to Offerors. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml
Point of Contact: Jessica Paglialonga, Contract Specialist, Phone 321-867-2926, Fax 321-867-2825, Email jessica.r.paglialonga@nasa.gov.
Silver Recovery And Disposal.
Document Type: Combine Solicitation
Solicitation Number: W91YTZ08T0061
Set Aside: Total Small Business
NAICS Code: 562211 -- Hazardous Waste Treatment and Disposal
Contracting Office Address: Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-08-T-0061 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 4953 and the small business size standard is $11.5 million average annual receipts taken for the last three fiscal years.
Quotes shall be submitted on a separate sheet of paper in accordance with the instructions on this solicitation. The Government anticipates awarding a single award for this requirement. All offers received in response to this solicitation will be c onsidered. Responses are to be faxed to Donna Blossom at 910-907-9307 or emailed to donna.blossom@us.army.mil no later than 13 February 2008 @ 1:00 pm.
The following provisions in their latest editions apply to this solicitation:
Point of Contact: donna.blossom, (910) 907-6851.
Mobile Shredding Service
Document Type: Presolicitation Notice
Solicitation Number: N40442-08-T-5170
Set Aside: Total Small Business
NAICS Code: 561990 -- All Other Support Services
Contracting Office Address
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, Bldg. 238-2 Camp Pendleton, Virginia Beach, VA, 23451
Department of the Navy, Military Sealift Command intends to solicit and negotiate a firm fixed price purchase order for mobile document shredding services at Camp Pendleton, Virginia Beach, VA and Naval Operations Base, Norfolk, VA NAICS 561990 code applies.
The solicitation number is N40442-08-T-5170 and can be accessed at http://procurement.msc.navy.mil/procurement/contract/Welcome.jsp .The Small Business Competitiveness Demonstration Program is not applicable.
Point of Contact: Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606, Email patricia.lathan@navy.mil - Patricia Lathan, Contract Specialist, Phone 757-417-4599, Fax 757-417-4606, Email patricia.lathan@navy.mil