Recycling Feasibility Study
Washington County, MD
The Board of County Commissioners of Washington County, Maryland is requesting Qualifications & Experience/Technical Proposals and Price Proposals from consulting firms to provide a feasibility study for County-administered residential waste and recycling services.
Click here to view the bid -- http://www.washco-md.net/washco_2/pdf_files/purchasing/PUR-1067.pdf
----------------------------------------------
Shredder Service for Chicago Metro & Downstate AreasState of Illinois, Employment Security
The Illinois Department of Employment Security is soliciting bids from vendors interested in providing Mobile Security Document Shredder Services to destroy confidential recyclable documents for IDES’ offices throughout the State of Illinois. Vendors must be authorized to do business with the State of Illinois, have, or have applied for, a Department of Human Rights public contract number, not be delinquent in the payment of Unemployment Insurance taxes or owe any debt to the State of Illinois, and be certified with the National Association of Information Destruction (NAID).
For more information contact John Rogers, 312-793-4875, john.rogers1@illinois.gov
----------------------------------------------
Recycling TrailersCity of Nashville, Tennessee
DETAILED DESCRIPTION: The Metropolitan Nashville and Davidson County (METRO) has issued this Invitation to Bid for the sole purpose and intent of obtaining: Recycling Trailers.
Click here to view the bid -- http://www.nashville.gov/finance/Support_Services/purchasing/bob/docs/itb/52000/itb_52224jl_%20notice.doc
----------------------------------------------
Computer Support SVC for Caja Del Rio Landfill & Buckman Road Recycling & Transfer StationSanta Fe New Mexico
The Santa Fe Solid Waste Management Agency (Agency) is requesting proposals from experienced firms to provide computer support services at the Caja del Rio Landfill and Buckman Road Recycling and Transfer Station.
Click here to view the bid -- http://nm-santafe.civicplus.com/DocumentView.asp?DID=2008
----------------------------------------------
Waste Collection and Recycling ServicesAtlanta Public School System
It is the intent of the Atlanta Public Schools (APS) to enter into a contract for the pick up and proper disposal of its waste at all school sites and other APS facilities.042408-01
Agency 76110-ATLANTA PUBLIC SCHOOLS
Contact Person Mark Hawks
Contact Phone Number 404-802-2568
Contact E-mail Address mhawks@atlanta.k12.ga.us
Date Posted Mar 31, 2008
Bid Closing Date/Time Apr 24, 2008@3:00 PM
----------------------------------------------
Maryland Point - Demolition ProjectThe Contractor shall furnish all supervision, labor, equipment, supplies, and materials to provide all incidentals in connection with the non-hazardous waste, hazardous materials, derived from the abatement and demolition of buildings, decommissioning above ground storage tanks, septic tanks, distribution boxes, and dispose/recycle/salvage materials from the former Maryland Point Naval Observatory. The contractor shall provide all trained staff, materials, safety equipment, vehicles for transport, licenses, and permits for the preparation, packing, pickup and disposal of hazardous waste/materials and non-hazardous waste generated as a result of carrying out work authorized under this contract.
The contractor shall be responsible for furnishing all packing containers and materials meeting all current Department of Transportation shipping specifications for hazardous and nonhazardous materials. Hazardous materials to be abated include (but not limited to) lead based paint (action level .08 mg/cm2), asbestos, transformers, circuit boards, light fixtures, septic tanks, air conditioning units, ballasts, thermostats and compressed refrigerant gases. Conduct grading, and seeding of the project site.
Prior to work contractor shall repair ruts, broken pavement, potholes, low areas with standing water and other deficiencies to maintain road and parking area surfaces and drainage in original condition and maintain it during the life of the project. The work is located in Charles County, Maryland.
This requirement is a 100% HubZone Set-Aside. The estimated price range is between $100,000 and $250,000. The anticipated period of performance is 60 calendar days after receipt of the Notice to Proceed. Bonds will be required as follows: Bid Guarantee - 20% of the bid price, Payment and Performance bonds - 100% of the contract price. The solicitation will be available by electronic posting only and may be found at www.fedbizopps.gov. Bidders will be required to print the bidding documents for submission of their bids. The solicitation documents will be posted on or about April 29, 2008. Contractors are required to register or update their registration at the Central Contractor Registration website at www.ccr.gov in order to receive a contract award under this solicitation, and register or update their registration at the Online Representation and Certification Application website at http://orca.bpn.gov.
Please click here to view more details. http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1443153
Contracting Office Address:
BLM-BC NATIONAL BUSINESS CENTER* BC664 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
Place of Performance:
Point of Contact(s): Jennifer S. Harris Contract Specialist 3032363515 Jennifer_Harris@blm.gov
----------------------------------------------
Long Wheel Base Van for RecyclingClick here to view more details -- https://www.fbo.gov/utils/view?id=6dbdd703d2e191e166ce97ab0e82e0b5
----------------------------------------------
Refuse & RecyclingDepartment of the Air Force
Work consists of but not limited to providing all personnel, management, tools, supplies, equipment, labor, and supervision necessary to perform Refuse & Recycling services at Dyess AFB, TX. The performance period will be 1 April 2008 to 30 September 2008 with four option years. The proposed contract is Section 8(a) Competitive. The successful contractor will be selected using Past Performance/Price Trade-off Source Selection Process, resulting in Best Value to the Government.
The applicable NAICS code is 562111 with an average annual small business size standard of $11.5 million. The solicitation will be issued electronically on/about 08 February 08 on the Government Electronic Posting Site, Federal Business Opportunities (FBO), at www.fbo.gov. Paper copies are not available. You must register on the fbo.gov site in order to receive notification of changes to the solicitation. NOTE: Any prospective contractor must be registered in the Central Contractor Registration (CCR), www.ccr.gov, in order to be eligible for award. Registration requires applicants to have a DUNS & Bradstreet. Registering may take up to three (3) weeks to process. The Government recommends registering immediately in order to be eligible for timely award.
For more information click on the following link -- https://www.fbo.gov/utils/view?id=546608a3c2582512b75ceeb1f90621ac
----------------------------------------------
Refuse Collection and Transfer ServicesThe Army Contracting Agency, Directorate of Contracting at Fort Bragg, NC has a requirement for Refuse Collection and Transfer Services
For the refuse collection and disposal the Contractor shall furnish all labor, tools, maintenance, materials, vehicles, equipment, transportation, and supervision to perform all operations for the collection, transportation, recycling, and disposal of all refuse in troop areas at Fort Bragg, Green, and Yellow Ramps located at Pope Air Force Base, Simmons Army Airfield, Camp MacKall, and the Airborne Special Operations Museum, North Carolina.
For refuse transport, and disposal of municipal solid waste (MSW) the Contractor shall provide all personnel, equipment, vehicles, transportation, trailers/containers, tools, maintenance, materials, supervision and other items and services necessary to prepare for removal, transport, and dispose of an average of 27,000 tons per year of Municipal Solid Waste (MSW) from Fort Braggs Waste Transfer Station on Lamont Road, at Fort Bragg, North Carolina.
The Contractor shall perform in accordance with all terms, conditions, specifications , and standards contained herein, and all current local, State of North Carolina, and Federal regulations and laws. This acquisition shall be set-aside for companies in the 8(a) program. All responsible certified 8(a) business entities may submit a bid which shall be considered by this agency. Award will be made to the lowest priced responsive responsible bidder. The North American Industry Classification System (NAICS) code for this effort is 562111 with a size standard of $11.5M. A Firm-Fixed Price contract is anticipated. We intend to issue multiple awards from this solicitation, however reserve the right to make one award if more advantageous for the Government. A period of performance of a 12-month base period plus four (4) 12-month options is anticipated. The solicitation number is W91247-08-B-A001.
To receive an award resulting from solicitations companies must be registered in the DoD Central Contractor Registration (CCR) database. Contractors may obtain informati on on registration and annual confirmation requirements by calling1-888-227-2423 or via the Internet at http://www.ccr.gov. The entire solicitation is posted on the Army Single Face to Industry website: https://acquisition.army.mil/asfi and www.fedbizopps.gov.. The solicitation, attachments and specifications will only be available by downloading the document from the ASFI website.
All prospective offerors are responsible for obtaining the solicitation, any amendments or any other information from the ASFI website. It is therefore the contractors responsibility to checkthe website frequently/daily for any posted changes to the solicitation. No telephone request will be honored. The point of contact is the Contract Specialist, Ms. LaTanya E. Johnson; email latanya.e.johnson@us.army.mil. The alternate point of contact is the Contracting Officer, Ms. Lynn Ellison at lynn.ellison @us.army.mil.
Additional Info: http://www.bragg.army.mil/www-doc/Contractors/ContractorInfo.htm.
----------------------------------------------
Refuse and recycling servicesDepartment of Veterans Affairs
The Department of Veterans Affairs Medical Center, Hampton, Virginia is seeking potential sources capable of Refuse and Recycling Services for the period of October 1, 2008 through September 30, 2009, excluding Federal Holidays. The Contractor shall provide all labor, material, tools and equipment to perform the requirements which would include providing and servicing both compactors and dumpsters with disposing of both regular trash/recyclable materials. The NAICS code for this requirement is 562111. This is a sources sought notice only. No formal solicitation document exists at this time. Responses to this notice should include the following: name and address of company; business size (large or small); identify whether or not firm falls into any of the socioeconomic categories. All responses shall be submitted in writing no later than 12:00 noon EST April 11, 2008 to: Alice L. Eaddy (90C), VAMC Hampton, 100 Emancipation Drive, Bldg. 27, Hampton, VA 23667. Fax number: 757-728-3132. E-mail address: alice.eaddy@va.gov. If you have questions or need additional information, please contact Alice L. Eaddy at 757-728-3116.
Contracting Office Address: Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
Place of Performance: Department of Veterans Affairs Medical Center;100 Emancipation Drive;Hampton, VA 23667 23667
----------------------------------------------
Conveyor & Baler SystemDepartment of the Army
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 W9137180660003 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333922 with a small business size standard of 500 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 2008-04-28 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Jackson, SC 29207
The USA ACA Fort Jackson requires the following items, Meet or Exceed, to the following: LI 001, Horizontal Conveyor & Baler System for Recyclable Materials in accordance with attached requirement and specification. Include standard manufacturer warranty, 1, EA;
LI 002, Option CLINOne Year Extended Warranty, 1, EA;
For this solicitation, USA ACA Fort Jackson 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 Jackson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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 %s (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.
The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
Delivery shall be made within 20 weeks or less after receipt of order (ARO).
CCR Requirement - Seller must be registred with the Central Contractor Registration (CCR) prior to submission of bid. Information can be found by going to CCR web site at http://www.ccr.gov.
New equipment ONLY, NO remanufactured products
Bid MUST be good for 30 calendar days after submission
FOB Destination CONUS (Continental U.S.)
Partial shipments is not preferred; however may be considered.
Sellers representations and certifications must be available through the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov prior to submission of bid.
Site visit is required. Site Visit is scheduled for Monday April 21, 2008 at 10:00 A.M. Please contact Sherrill King at sherrill.king@us.army.mil for location and POC.
Additional Info: www.fedbid.com (b-65319_01, n-11539)
----------------------------------------------
Recycle Cardboard Services
Department of Veterans Affairs
The VA Medical Center in Alexandria, Louisiana is interested in developing a recycling program. The purpose of this RFI is to determine if there are any interested vendors that are interested and could provide services in our location. If it is determined that there is an interest, a full contract will be advertised at a later date. All interested Vendors should contact David Klaus at 318-483-5197.
Point of Contact(s):
David Klaus, Chief, Logistics 318-473-0010
Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- AISI, Aluminum Association cite USMCA triangular trading concerns
- Nucor names new president
- DOE rare earths funding is open to recyclers
- Design for Recycling Resolution introduced
- PetStar PET recycling plant expands
- Iron Bull addresses scrap handling needs with custom hoppers
- REgroup, CP Group to build advanced MRF in Nova Scotia