Requests for Proposal (RFPs) for the Week

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

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").

Click here to view the bid -- Vancouver Bid

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

Recyclable Processing Services

Town of Lunenberg, Nova Scotia

If you have specific questions concerning the tender document please contact the agency representative listed as part of the tender specifications. In most cases the contact person listed as part of this notice is only responsible for distribution.

There will be an information meeting regarding the RFP on March 19th,08 at 10:00 a.m. at the Lunenburg Regional Community Recycling Centre, Administration Building, 908 Mullock Road, Whynott's Settlement,NS.

For more information contact Val Oakley, voice 902-541-1324 fax 902-543-7123.

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

Metal Recycling

Mackenzie County, Alberta

To view the bid click on the following link -- Alberta Bid

For more information contact Connie Friesen, Public Works Administrative Officer

Box 1690

La Crete, Alberta T0H 2H0

Tel: (780) 928-3983

Fax: (780)928-3636

Email: cfriesen@mackenziecounty.com

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

Recycled Tire Rubber Products

City of Edmonton, Alberta

This tender is for an outline agreement for the provision of all labor, materials, and equipment required to provide the supply, delivery and installation of rubber wear mats, rubber curbing and rubber sign posts. The city requires that the products in this tender be manufactured using Alberta recycled scrap tires as it is anticipated the city may be applying or an Alberta recycling grant through Alberta recycling Management Authority.

For more information, refer to http://www.albertarecycling.ca/recyclingmain.aspx?id=84 .

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

Sale of City Surplus Scrap Materials

Eustis, Florida

To view the bid click on the following link -- Eustis Bid

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

Recycling Services, Various Lamp Types and ballasts

State of New Mexico

Click here to view the bid -- New Mexico Bid

Sale Of Scrap Metal

State of New Mexico

Click here to view the bid -- New Mexico Bid 2

 

Recycle Trailers

Solicitation Number: M6016908T8025

Contracting Office Address

M60169 Marine Corps Air Station Beaufort Contracting Office Beaufort, Sc

The Marine Corps Air Station Beaufort SC has a requirement for Recycle Trailers for the collection cardboard in support of the Recycle Program.

Point of Contact: Connie Washington 843-228-7966

Click here to view the bid -- https://www.neco.navy.mil/biz_opps/840-v5static.cfm?soln=M6016908T8025.

Removal/Disposal Of Scrap Rubber And Used Tires At DRMO Anniston, AL

Document Type: Combine Solicitation

Solicitation Number: SP4410-08-Q-2020

Set Aside: Total Small Business

NAICS Code: 562219 -- Other Nonhazardous Waste Treatment and Disposal

Contracting Office Address: Defense 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 is issued as a Request for Quote (RFQ) SP4410-08-Q-2020 replacing previously cancelled solicitation SP4410-08-Q-2009.

Previous offerors need only to submit a revised SF 1449, and a Section B Bid Schedule. 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 DRMO Anniston, AL and other facilities. This procurement is issued as a 100% small business set-aside with the North American Industry Classification Systems Code of 562219.

The planned result of this RFQ is to issue a firm fixed price single award contract.

Questions regarding this combined synopsis/RFQ must be submitted in writing to Jim Manring via e-mail at jim.manring@dla.mil. Questions must be submitted no later than 1300 Eastern Standard Time (EST) on Wednesday 19 March 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 1300 EDST on Monday 24 March 2008.

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.

Refuse Collection and Recycling Service

Solicitation Number: FY08PR133295

Set Aside: Total Small Business

NAICS Code: 562119 -- Other Waste Collection

Contracting Office Address

Department of Homeland Security, United States Secret Service (USSS), Communications Center (Pro), 245 Murray Lane SW Bldg T-5, Washington, DC, 20223

The purpose of this Amendment 0001 is to answer two questions and to clarify that the deadline for proposal submission is March 14, 2008, 5:00PM EST.

Question: Does the truck need to arrive empty when servicing this facility. Can waste from the truck's regular route be present on the truck when it accesses the facility?

Answer: The truck does not need to be empty when it comes to the Campus. The vendor can have regular route waste on the truck.

Question: Can you provide an estimate of the time required for the truck to clear security each time it accesses the facility?

Answer: Once the drivers that will be servicing the facility have filled out the access forms per the Statement of Work and they have been vetted through Access Control, there should be minimal time required for processing each time they enter.

Point of Contact: David Kelley, Procurement Analyst, Phone (202) 406-6940, Fax (202) 406-6801, Email dkelley@usss.treas.gov.

Recycling of Steel Structures

Solicitation Number: N0040608T0452

Contracting Office Address: N00406 Fisc Puget Sound Wa 467 W. Street Bremerton, WA

Description: Fleet and Industrial Supply Center, Puget Sound (FISCPS) intends to procure recycling services for Foam Filled Steel Structures in support of Puget Sound Naval Shipyard (PSNS). The solicitation will be issued as a total small business set aside IAW FAR Part 12 and 13. Period of Performance is for a base year of service plus four (4) one-year option periods.

The resulting award will be a firm, fixed priced service type contract. Place of Performance: PSNS Bremerton, WA 98314 and surrounding areas of Puget Sound The solicitation will be issued on or about 14 March 2008. All responsible sources may submit a bid which shall be considered by FISCPS. This solicitation and any subsequent amendments will be posted to the NECO website: https://www.neco.navy.mil.  

Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitor that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted document. No telephone or fax requests for the solicitation package will be accepted, and no hardcopy solicitation/amendment will e mailed or faxed.

Failure to respond to the electronically posted solicitation and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same. Electronic submission of proposals/quotes is not available at this time. Solicitation should be available on NECO website for review: 14 March 2008.

Point of Contact: Mary Gambriel (360) 476-9240

Document Shredding/Destruction Services

Document Type: Sources Sought Notice

Solicitation Number: W911RZ-08-D-SHREDDING

Set Aside: Total Small Business

NAICS Code: 562119 -- Other Waste Collection

Contracting Office Address: ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198

Description: This sources sought notice is issued for the planning purpose of creating an Indefinite Delivery/Indefinite Quantity (IDIQ) for Document Shredding/Destruction Services. Contractor must be a Small Business under the North American Industry Classification System Code (NAICS) 562119.

Evans Army Community Hospital is requesting Bi-weekly shred service to include an insufficient number of secure containers to collect at least 10,000 square feet of material from several different locations throughout six floors of the 650,000 square foot hospital, outlying/satellite clinics and buildings. This sources sought notice should not be construed as a commitment or authorization to incur costs in anticipation of such IDIQ.

To be eligible for an I DIQ, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at https://www.ccr.gov. A DUNS (Dun and Bradstreet) number is required in order to register. To be eligible for an IDIQ, contractor must be registered in ORCA (Online Representations and Certifications Application), https://orca.bpn.gov. If you have any questions, please contact Debra Santos at debra.santos3@us.army.mil.

Performance Work Statement

Document Shredding/Destruction Services

Evans Army Community Hospital

Fort Carson, Colorado

1.0 General

1.1 Description

1.1.1 Responsibilities: This Performance Work Statement (PWS) is established to identify the responsibilities of a Contractor, to furnish all labor, supervision, apparatus, materials, equipment and supplies or incidental to provide On-Site shredding for the Information Management Division (IMD), Evans Army Community Hospital located at Fort Carson. This service shall require the contractor to furnish locked containers for on-site shredding. Full containers will be collected by the contractor. Contractor will shred paper, paper with staples and/or paperclips, plastic, radiological films, disks and t apes. Film and print cartridges must be disposed in accordance with AR 380-5. Contractor shall issue a Certificate of Destruction. Pick ups will be scheduled on a bi-weekly basis (26 times per year) and on an unscheduled per call basis. All items sha ll be recycled and destroyed in accordance with AR 380-5.

1.1.2 HIPAA Compliance: The Contractor is subject to the provisions of the Health Insurance Portability and Accountability Act (HIPAA). It is the contractors responsibility to review HIPAA requirements which are available at the following address: www.ahima.org. All documents must be destroyed within 24 hours of receipt and meet HIPAA acceptable destruction methods. Current acceptable methods include: Burning, shredding, pulping and pulverizing. Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). The contractor shall understand and agree that property obtained under this contract may contain records previously maintained as a system of records subject to the Privacy Act. The contractor is subject to the provisions of the Privacy Act and is responsible for compliance with its provisions with respect to the handling and disposal of protected information.

1.1.3 Contracting Officer Representative (COR): Joel Sundquist; Chief, Administrations & Telecommunications; Evans Army Community Hospital, Fort Carson, CO 80913; (719) 526-7839 or email: joel.sundquist@AMEDD.Army.Mil

1.2.1 Mission Support Functions: Evan’s mission: Delivering on the promise of quality, safe, effective, and timely Warrior centered care. Evan’s vision: Become a Center for Best Practices for the AMEDD. Integrate healthcare in the Colorado Springs Community into a seamless system. Exceed all expectations for meeting the healthcare needs of an expanding beneficiary population. Become synonymous with quality care.

1.3.1 Performance: The Contractor shall perform the tasks identified herein and achieve the performance standard s outlined for each task. The Contractor shall provide trained and certified personnel. The Contractor shall submit plans that demonstrate its capability to meet all performance standards and comply with all applicable Federal, state and local laws, DOD policy, instructions and regulations, and Fort Carson instructions and guidelines.

1.3.1.1 Drug Free Workplace: The Contractor shall establish and maintain a Workplace Drug Free Environment.

1.4.1 Method of Destruction: The Contractor shall submit a written plan detailing the method of destruction, capacity and approximate time required to destroy documents. The Contractor’s capacity will be a performance measure for awarding of contract.

1.5.1 Access: In the event of a Contractor change/turnover, the successor (incoming) contractor shall be granted access to the base and all contracted facilities and Government equipment to survey all such equipment and to observe operations necessary to the drafting of the detailed plans required under Section 1.4, Detailed Plans. During the last two weeks of the expiring contract, the outgoing Contractor shall permit personnel of the incoming Contractor access to all contracted facilities to observe ongoing operations, position and prepare equipment, and to brief and train new personnel.

1.5.1.1 Assistance: During the last four (4) days of the expiring contract, the incoming

Contractor shall be provided assistance by the outgoing Contractor and the COR in accomplishing a joint facility and equipment turnover inspection.

1.6.1 Contractor Coverage: The Contractor shall be capable of providing Document Shredding/Destruction services according to the following schedule:

-Period of Performance:

12 months

Bi-weekly

Monday through Friday, excluding all federal holidays.

-Hours of Operation:

7:30 a.m. to 4:30 p.m.

General: The Contract or shall provide on-site personnel with no prior criminal record who are insured, uniformed and badged. In addition, provide and maintain Contractor Owned/Contractor Operated (COCO) equipment to accomplish on-site shredding of sensitive documents, for Eva ns Army Community Hospital in accordance with Section 2.0, Specific Tasks.

1.7.1 Knowledge and Skills: The Contractor shall provide sufficient

trained and certified professional personnel to perform service calls at Evans Army Community Hospit al. Training and Certification of contractor members shall be as required by the applicable standards for document destruction of sensitive documents in a hospital setting (EXHIBIT A). The Contractor will perform shredding services every other Wednesday, within the day prior to close of business. Drivers shall be licensed to drive motorized shredding vehicles/equipment devices in accordance with Colorado State Law. Notwithstanding, it shall be the responsibility of the Contractor to ensure that the mini mum requirements of all applicable standards are met.

1.7.1.1 Performance Measurables: The contractor shall perform shredding services every other Wednesday with completion by close of business. In the event of inclement weather; emergency; or base closure, the Contractor shall contact the COR immediately and coordinate an alternate date for services.

1.7.1.2 Quality Control: The Contractor shall develop and maintain quality programs

to ensure document destruction services (shredding ) are being performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent and ensure non-recurrence of defective services. As a minimum the contractor shall develop quality control procedures addressing the areas where the acceptable quality levels were not met.

1.7.1.3 Quality Assurance: Evans Army Community Hospital’s C OR and/or designee may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections. Likewise, the Government may decrease the number of quality control inspections if performance dictates. The COR will also receive and investigate all complaints from various customers located at the facility. Included in quality assurance program, the Contractor shall provide a contingency plan in the event of Contractor equipment failure. Contingency plans must include provisions that allow for the witnessing of alternate shredding procedures by an Evans Hospital employee and Contractor must provide a Certificate of Destruction.

1.7.1.4 Employment Standards: All employees or persons may be hired to represent,

perform on behalf of, or work under the management of the Contractor shall comply with all Federal, Department of Army and Fort Carson regulations, instructions, guidelines, and policies regarding employment at and entry to Fort Carson. The Contractor shall be responsible for keeping abreast of and ensuring employee adherence to Department of Army and Fort Carson regulations and policies relevant to the presence of employees on station and shall ensure that all such persons meet the requirements of employment and conform to the rules regarding, but not necessarily limited to, security, clearance, and identification policy, vehicle registration and operation of a POV on post, medial assistance, the use of the exchange and military facilities, and other local rules, guidance, or prohibitions that may apply to their entrance to and activity or employment on station.

1.7.1.5 Confidentiality of Documents: The contractor and contractor employees shall keep all sensitive material confidential and secure throughout all phases of the collection and destruction processes. Destruction process shall be in accordance with AR 380-5, a hammer mill or equivalent process to ensure destruction of material, with no opportunity for document reconstruction.

General: If the Contractor is unable to perform due to inclement weather ; base closure; or emergency, the contractor shall immediately coordinate with the COR with an alternate date.

1.9.1 Notification: The Contractor shall notify the COR of any and all visits or notice of intent to visit contract management, its employees, or the contracted facilities by any federal, state, local government, base (military) office/agency, union representative, or contract officers. Except for that considered to be company or proprietary documents, the Contractor shall provide the COR copies of all correspondence resulting from such visits.

1.10.1 General: Documents held or generated by the Contractor may take the form of personnel files, i.e., individual driver and training records, proprietary company records and reports such as internal monthly management reports, and Government information and accounting files such as inventory reports or transaction documents generated in response to this contract. With the exception of that correspondence considered proprietary company records, all correspondence, records to include Contractor owned equipment history records, files, reports, and documents, manual or automated, generated by or provided to and maintained by the Contractor shall be open and readily available to Government inspection, review, and audit for the duration of the contract and any subsequent and contiguous contract periods. On termination of the contract, all of the aforementioned records except personnel driver and training records, Contractors owned equipment history records, and proprietary company management records, shall be deemed the property of the government and turned over to the Government.

2.1.1 General: The Contractor shall be responsible for employing trained and certified personnel to perform the work specified in the performance work statement and must provide all contact information for staffing this position. The contractor shall provide all labor, personnel, equipment , supplies, secured vehicles, materials, supervision and other related services necessary to perform On-Site Document Shredding/Destruction Services for Evans Army Community Hospital, 1650 Cochrane Circle, Building 7500, Fort Carson, CO 80913.

2. 1.1.2 Capabilities: The Contractor shall check onto post through gate 3, with a vehicle possessing document destruction capability. The Contractor shall check in Room 0401 at building 7500, Customer Service Desk for Identification badge upon arrival and check out when departing the service site, Monday through Friday, 7:30 a.m. to 4:30 p.m. The Contractor will visit 12 facilities (EXHIBIT B)(subject to expansion), and empty the contractor provided secure containers of the Patient Information (PI) conten t. The contractor may wait to destroy the collected material at the final destination at building 7500, which is also the location of the Contracting Officer Representative (COR). The average volume of paper in each facility will fill a 2 foot by 2 foot by 3 foot (~100 lbs in weight) container which is collected every other week. Each facility will have a minimum of 1 container, to meet that facilities’ recurring requirement (usually between 1-3 containers distributed inside each facility, at roughly 10,000 sq ft per facility). The final destination is building 7500 (the main hospital), which is about 650,000 sq. ft. That facility will have about 70 (contractor provided) secure containers, or as many as is required based on volume need. It’s imperative to relock all the containers once they are emptied. The collected material must be kept under the supervision of the contractor at all times. The shred material will be delivered to the loading dock area to undergo a destruction process. The process must shred all material to bit sized no larger than a ¼" pieces. Upon completion the contractor will contact the COR and present a certificate of destruction. The COR will inspect the certificate and the cost reflected for the service. The contractor will complete this process n o later than 3:00 PM of the collection day. All paper and/or film must be destroyed on location. As noted, the contractor is responsible for supplying enough containers to meet the required volume at each respective facility. Initially the contractor will be provided a floor plan of the individual facilities. Thereafter, the contractor is responsible to maintain that document with the noted container locations. Likewise, the container locations will be reflected as the document is updated. After the initial orientation, the contractor will have enough staff trained to ensure all containers are emptied every other Wednesday. Concerning adding containers: The contractor is only allowed to add containers under the direction of the COR. If another government employee approaches the contractor requesting additional container(s), the contractor will instruct the government employee to coordinate this requirement with the COR as reflected in the contract. Only the COR may direct the adding and subtracting of containers. The contractor will reflect those changes on their floor plan(s) document. The COR may direct the contractor to provide information on volumes usage as needed. Purging of radiological films in large volumes is required. The films will typically be provided in a 4-foot by 4 foot by 5 foot triwall (~1 ton). Purges of radiological films are typically conducted once a year. The MEDDAC warehouse staff can deliver the film to the truck at the loading dock. The palettes can be weighed at the request of the contractor. Although not a routine requirement, the contractor must be able to purge up to 5 tons per week.

2.1.1.3 Certification of Destruction: The Contractor shall prepare and submit to the COR and/or designee an original signed Certificate of Destruction for each Shredding of documents, the same day of the activity. The Contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall as a minimum contain the following:

Pick-up/Delivery Location

Pick-up/Delivery Date

Amount of shredded waste (#containers picked up and pounds shredded)

Destruction Certification Document Number< BR>" Destruction Certification Date

Any other information as determined necessary by the Privacy Officer

2.1.1.4 Special Document Purge: In the event that there is a need for additional shredding, the Contractor shall have the capability to perform special document destruction services for large document purges. If special document destruction services are required, the COR will coordinate with the Contractor five (5) days in advance for up to 10 tons of material. The special document destruction services may or may not be conducted in conjunction with regularly scheduled bi-weekly service.2.1.1.5 Pricing: This is a performance based, Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract.

1. ENDORSEMENT RESTRICTION:

The contractor shall not represent in any manner, express or implied, that products being sold are approved or endorsed by any element of the U.S. Government. The contractor shall not represent itself to the public as an agent or employee of Fort Carson, the U.S. Army, or any other entity of the U.S. Government on letters, billboards, signs, or by other means.

2. OTHER RESTRICTIONS:

The Contractor or its employees shall neither engage in nor permit the u se or possession of any gambling device on the premises. Nor shall the contractor or its employees buy, sell, possess, or transfer any form of illegal drugs or other contraband.

3. REQUIRED Installation Regulations:

The Contractor and his/he r employees shall become acquainted with and obey all applicable Federal, State, local, and Government laws/regulations.

a. Fire. The Contractor shall observe all applicable requirements for handling and storage of combustible supplies, materials , waste and trash. Contractor employees operating critical equipment shall be trained to properly respond during a fire alarm or fire in accordance with local installation instructions.

b. Environmental Protection. The Contractor shall comply with all applicable federal, state, and local laws, and with the regulations and standards as requested by Fort Carson. The Contractor shall promptly report and clean up any fuel spills that result from the Contractor's operations. The Contractor shall comply with the instructions of the Fort Carson Preventive Medicine Office with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of military or civilian personnel.

c. Safety Requirements and Reports

(1) All work shall be conducted in a safe manner and shall comply with installation requirements and Occupational Safety and Health Administration (OSHA). The Contractor is responsible for any/all safety equipment required.

(2) The Contractor sh all report to the Contracting Officer Representative (COR) exposure data and all accidents resulting in death, trauma, or occupational disease. All accidents m ust be reported immediately to the COR.

(3) The Contractor shall submit to the COR a full report of damage to Government property and/or equipment by contractor employees. All damage reports shall be submitted within 24 hours of the occurrence.

(4) Only emergency medical care, on a reimbursable basis, is available in Government facilities to Contractor employees who suffer on-the-job injury or disease.

Fort Carson military installation is a controlled access installation.

a. The Contractor must register with and obtain passes from the Provost Marshals Office in order to gain entrance for its equipment and personnel for performance of this agreement. The contractor shall obtain identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on Fort Carson. To do so, the Contractor must first submit a list of employees (Microsoft Excel format preferred) to the Contracting Office. The Contracting Office will then provide the Contractor a letter of authorization for the registration process. When registering either a company or personal vehicle that will enter Fort Carson for performance of work on this agreement, the authorized contractor individual(s) must provide current, valid driver's license, vehicle registration and vehicle insurance certificate to obtain a vehicle pass. In the event that personnel are terminated or otherwise released or if registered vehicles are sold or otherwise disposed of and no longer to be brought on Fort Carson for performance of work on this agreement, the contractor shall ensure all vehicle registration decals are physically removed from vehicle windshields, secured in a sealed envelope, and turned in to the Provost Marshalls Office.

b. Unscheduled gate closures may occur at any time, and all personnel entering or exiting Fort Carson may experience a delay due to vehicle inspections, registrations, wearing of seat belts, etc. Price or schedule adjustment s for compliance with security controls or delays resulting from gate closures will be allowed only in the event of exceptional circumstances. To obtain such an adjustment, the Contractor must establish that the control or delay was exceptional and unforeseeable and that the requested additional performance time or cost was a direct result of that delay.

EXHIBIT A

Applicable Standards

1. AR 380-5, 2000, Mandatory

2. Health Insurance Portability and Accountability Act (HIPAA), 199 6, Public Law 104-191

3. National Association of Information Destruction (NAID), 1995, Mandatory

EXHIBIT B

Locations

1. Evans Army Community Hospital, Bldg 7500, 70 containers(subject to increase)2. WTU, Bldg 1150, 2 containers

Bldg 1049, 2 containers

Bldg 1058, 1 container

Bldg 1161, 2 containers

Bldg 1059, 2 containers

3. Wellness, Bldg 1526, 2 containers

4. Warrior, Bldg 2353, 2 containers

5. DiRaimondo, Bldg 1041, 2 containers

6. SRC, Bldg 1042, 2 containers

7. Robinson Family Medicine Clinic, Bldg 7490, 2 containers

8. Prev Med, Bldg 2059, 2 containers

Point of Contact: Debra Santos, 719 526-5849. Email your questions to ACA, Fort Carson at debra.santos3@us.army.mil.

Concrete Crushing Recycling

Document Type: Award Notice

Solicitation Number: W911S8-08-T-0005

NAICS Code: 238910 -- Site Preparation Contractors

Contracting Office Address: ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500

Contract Award Number: W911S8-08-M-0158

Contract Award Amount: $57200

Contractor: Andy Corp Dba: Oregon Earth Enterprise, P.O. Box 522, Government Camp, OR 97028-0522

Recycling and Trash Removal Services

Document Type: Modification to a Previous Notice

Solicitation Number: SAQMMA08R0103

Set Aside: Total Small Business

NAICS Code: 562111 -- Solid Waste Collection

Contracting Office Address: Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219

Description: The purpose of modification to Pre-Solicitation Notice under SAQMMA08R0103 is to notify prospective offerors that the Department of State has currently placed this requirement on hold indefinitely. You are advised to register to receive emails from this website under this solicitation number in the event that additional notices and/or the solicitation are posted here. No further information will be given at this time.

Point of Contact: Deborah Koplen, Contract Specialist, Phone 703-875-4329, Fax 703-875-5272, Email KoplenDJ@state.gov - JoAnn Carroll, Contracting Officer, Phone 703-875-6038, Fax 703-516-1709, Email CarrollJB@state.gov

Demolition and Removal of Structures

Document Type: Combine Solicitation

Solicitation Number: Reference-Number-F73ARP8051A001

NAICS Code: 238910 -- Site Preparation Contractors

Contracting Office Address: Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500

Description: (i) This is a combined synopsis/solicitation for commercial items/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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation of Purchase Request F73ARP8051A001 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24. (iv) This acquisition is for full and open competition. (vi) Line item 001: Demolition and Removal of Structures on Annette Island, AK. Interested parties may request a copy of Performance Work Statement (PWS) from contact below. (vii) Services MUST BE performed by 16 Jun 2008. Performance will be on Annette Island/Hemlock Bay Alaska. POC is Maj Robert Berube, 907-552-3958 or robert.berube@elmendorf.af.mil.) (viii) The following provisions apply to this acquisition: FAR clause 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition; FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with the quote. Offerors must also include a completed copy of the provision at DFARS 252.212-7000, Offeror Representation; FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including subparagraphs: 252.232-7003, Electronic Submission of Payment Requests; (ix) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). (x) This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. (xi) Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. (xii) Quotations must be received by March 31, 2008, 2:30 pm (Alaska Standard Time). (xiii) Quotations shall be submitted to: 3rd Contracting Squadron/LGCB, Attn: A1C Mishell Sonntog, via fax to 907-552-7496 or e-mail: mishell.sonntog@elmendorf.af.mil.

Point of Contact: Mishell Sonntog, Contract Administrator, Phone 907-552-5623, Fax 907-552-7496, Email mishell.sonntog@elmendorf.af.mil - Alfredia Tyler, Contract Administrator, Phone 907-552-7573, Fax 907-552-7496, Email alfredia.tyler@elmendorf.af.mil

 

No more results found.
No more results found.