Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending May 17.

Brush and Wood Grinding and Recycling

Calvert County, Maryland

To view the bid click on the following link -- http://www.co.cal.md.us/assets/2008057.pdf

Recycling Trailers

Grand Forks, North Dakota

Click here to view the bid -- http://www.grandforksgov.com/gfgov/home.nsf/327f95d24c0bbcd48825729a00609e25/1a50d8719ad8127c88257447005ea76d/$FILE/2008-40%20Recycling%20Trailers.pdf  

Statewide eScrap Services End of Life Electronic Equipment/Components

State of Kentucky

The RFPs is being issued to establish a conract and a reimbursement schedule with business partners to provide pickup and recycling services for end-of-life electronic equipment and components for the Executive, Legislative and Judicial branches of government, K-12 school districts, post-secondary eductioanal entities and any other public entity in the commonwealth that wishes to use the contract.

For more information contact Stephanie Williams, (502) 564-4510, ext. 228, or email stephanie.williams@ky.gov.

Non-Hazardous Waste Removal Services and Paper and Cardboard Recycling

University of Calgary ,Alberta (Canada)

The University of Calgary requires proposals for non-hazardous waste removal services, and paper and cardboard recycling services.

The non-hazardous waste removal services will include compactor/roll-off and front-load services (see Schedules A for specifications) from various sites and rental of several sizes of bins. Frequency varies from site to site.

The paper and cardboard recycling services would require the pick-up of paper from various loading docks on campus. The successful contractor will provide services as specified in Schedule A-C. The contractor will be required to provide various bin sizes and styles. The service does not require the pick-up of paper from offices and delivery to the loading dock area.

Response Contact:

Orpe, John

Senior Buyer

3838-24th Ave. NW

Calgary, Alberta T2N 1N4

Tel: (403) 220-4753

Email: jdorpe@ucalgary.ca

Recycling Collection Program

Guilford, Connecticut

The Guilford Public School District will accept sealed bids for trash & recycling service until 11:00 a.m. on Tuesday, June 3, 2008 at Central Office North located at 701 New England Road, Guilford, CT 06437.

Click here to view the bid -- http://www.das.state.ct.us/rfpdoc/GUILFORD04/bids/trash%20services%20bid.pdf

Contact: Linda Trudeau , email: trudeauL@guilford.k12.ct.us, phone (203) 453-8111, FAX: (203) 458-0005

Hammers For Trash Shredder

State of Connecticut

Hammers for trash shredder (williams patent crusher).

CONTACT NAME: David R. James, email: djames@themdc.com, tel. (860) 278-7850, fax (860) 560-4030, Web site: www.themdc.com

Facility for Recycling of Asphalt Grindings

California DOT

Contractor shall provide, on an "on call" basis, a 24 hour, seven days a week, recycling facility to accept asphalt grinding for recycling. Contractor will provide either

Agency Department of Transportation

Estimated Value $50,000 - $99,999

Duration June 30, 2008 - June 30, 2010 (two years)

Location(s): San Mateo; Santa Clara

Contractor shall provide, on an "on call" basis, a 24 hour, seven days a week, recycling facility to accept asphalt grinding for recycling.

Contractor will provide either:

One (1) site within 30 miles of 380 Foster City Blvd, Foster City, Ca. and 800 Queens Ln. in San Jose, CA

or

Two (2) sites, one within 30 miles of 380 Foster City Blvd, Foster City, Ca and one within 30 miles of 800 Queens Ln. in San Jose, Ca.

The estimated budget for this two-year agreement is $66,000

Bid Submittal Deadline 6/10/2008 2:15 PM

For more information call 916.227.6075

Fax Number 916.227.1950

Mattress Recycling

This is a SOURCES SOUGHT SYNOPSIS only - There is no solicitation available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the government. Federal Prison Industries, Inc. (FPI) is seeking to identify sources that possess the expertise, capabilities, and experience to recycle mattresses and box springs.

The information provided in response to this sources sought announcement will be used to finalize the acquisition strategy for this requirement. This is not a request for proposal and in no way commits the Government to award a contract.

The Government will not reimburse any concern for any information that is submitted in response to this sources sought request. Any information submitted is voluntary.

The anticipated North American Industrial Classification System (NAICS) codes for this is 562920 - Materials Recovery Facilities.

Interested parties are invited to submit as early as possible, but not later than fourteen (14) calendar days after announcement, a (5)-page maximum Capability Statement summarizing corporate knowledge and experience in relation to the following criteria: (1) Evidence of the ability to provide services (in whole or in part) similar in scope and complexity to the above requirements; (2) Past performance information demonstrating relevant past experience in any or all of the functional task areas referenced above within the past five years; (3) Identify small business category and/or socio-economic group; (4) GSA schedule holders identify their GSA contract number. If planning to team or subcontract, identify the firm(s), size status, and corresponding GSA schedule(s). Segregate this information on the Capability Statement by firm. Also, please specify by name one primary and one alternate Point of Contact (POC) within your firm, including their respective telephone numbers and email addresses. All information must be contained within the capability statement page limit. Responses must be provided electronically to Roger Martineau, Industrial Specialist, listed below. FPI will acknowledge receipt of Capability Statement submissions via return e-mail.

An electronic copy of the proposal (with addenda) in MS Word format must be submitted to Roger Martineau, Industrial Specialist at rmartin@central.unicor.gov by 5:00 pm on June 3, 2008.

Contracting Office Address:

320 First St., N.W.

Washington, District of Columbia 20534

Install Recycling Baler at Bldg 400

Solicitation Number: FA4419-08-T-0012

Agency: Department of the Air Force

Office: Air Education and Training Command

Location: Altus AFB Contracting Squadron

Altus AFB currently has a requirement to install, troubleshoot and repair a baler/conveyor for the recycling center building 400.

SITE VISIT: (Contractors are highly encouraged to attend the site visit) the site visit is scheduled for May 14, 2008 at 10:00 AM. Located in the Large Conference Room in the Contracting Building (Bldg 302) on Altus AFB. At 9:45 AM the day of the site visit, all contractors interested in attending the site visit will meet at the south gate located on Highway 62, to be escorted to the Contracting Building. Please RSVP the number of people that will be representing your company to one of the contact names listed below.

Contact name: Brian Ames, Contract Specialist

Comm: (580) 481-5839

FAX: (580) 481-5138

E-MAIL: brian.ames@altus.af.mil

or

Michael Schuman

Contracting Officer

Comm: (580) 481-5838

FAX: (580) 481-5138

E-MAIL: michael.schuman@altus.af.mil

Refuse And Recycling Collection And Disposal Services

Solicitation Number: 08QAA7222

Agency: Department of Homeland Security

Office: United States Coast Guard (USCG)

Location: Commander (fcp), USCG Maintenance and Logistics Command – Atlantic

This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) issued by the U.S. Coast Guard (USCG) Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA to identify potential 8(A), HUBZONE, SERVICE-DISABLED VETERAN-OWNED, AND/OR, OTHER SMALL BUSINESS FIRMS capable of providing REFUSE and RECYCLING COLLECTION AND DISPOSAL SERVICES to be performed at USCG AIR STATION BORINQUEN, AGUADILLA, PUERTO RICO for a Base plus Nine Option Years of 12 months each, not to exceed 120 months, if exercised by the Government, beginning 01 OCTOBER 2008.

A solicitation will be issued shortly and will be synopsized on the Government-wide Point of Entry (GPE) at http://www.fedbizopps.gov. When issued, the solicitation will appear on the FEDBIZOPPS Web site. It is the potential offeror's responsibility to monitor these avenues for release of any future solicitation or synopsis.

The contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to provide Refuse and Recycling Collection and Disposal Services at the U.S. Coast Guard Air Station Borinquen in Aguadilla, Puerto Rico, consisting of the Housing, Hangar, Ramey School and Lighthouse Areas.

The applicable North American Industry Classification Standard (NAICS) Code is 562111 (SOLID WASTE COLLECTION) with a Small Business Size Standard of $11.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in the SBA Small Business Size Regulations, http://www.sba.gov/regulations/121/.

Any interested firm capable of providing these services is requested to respond to the Contract Specialist, Maria L. Negron, via e-mail at Maria.L.Negron@uscg.mil or via facsimile at 757-628-4134/4135, no later than 23 MAY 2008 with the following documentation: applicable small business certification such as HUBZone/8(a) certification; past performance information; and, capability statement. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services, held with the U.S. Coast Guard, other Government agencies or private industry. Like or similar contracts are defined as Refuse and Recycling Collection and Disposal Services. Reference the following number: 08QAA7222. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423.

This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement.

Contracting Office Address:

300 East Main Street Suite 965

Norfolk, Virginia 23510-9113

Refuse and Recycle Pickup and Disposal

Solicitation Number: FA6712-08-R-0003

Agency: Department of the Air Force

Office: Air Force Reserve Command

Location: 911 CONF/LGC

The 911th Airlift Wing/CONF/LGC, Pittsburgh IAP ARB, seeks potential sources to perform non-personal services for refuse collection and recycle services in support of the 911th Airlift Wing, Coraopolis, PA. The Government anticipates soliciting for the award of a performance-based, Firm Fixed-Price (FFP) contract. The solicitation is open to contractors eligible under the 8(a) program, Historically Underutilized Business Zone (HUBZone) program, Service Disabled Veteran Owned Small Business Procurement Program (SDVOSB), small business or large business capable of performance under the contract. When responding to this notice, please indicate whether your company is an 8(a), HUBZone, SDVOSB, small business or large business. Based upon responses received, a set-aside, if any, will be determined. The North American Industry Classification System (NAICS) for this acquisition is 562111 with a size standard of $11.5M. Interested parties are to inform the Government what licenses, if any, they possess to dump site facilities within proximity of Pittsburgh IAP ARS. A Request for Proposal (RFP) for this requirement will be issued on or before 1 June 2008. The performance period will consist of one base period plus 4 one-year option periods. There is no guarantee that the option periods will be exercised.

The anticipated award date is 1 October 2008 subject to the availability of funds. Responsibilities of the contractor include, but are not limited to, providing non-personal services for all personnel, equipment, supplies, services and materials (except as specified as Government-furnished) for refuse collection and recycle services for the 911th AW. There are a total of 18 refuse containers in a variety of sizes ranging from 2 to 6 CY, and one 30 YD. For recycle services (cardboard, paper, glass, cans, plastic), there are approx. 19 containers in a variety of sizes ranging from 2 to 6 CY. If any recycle rebate to the Government is provided, please state what percentage is returned for proceeds from recyclable sales to include, all paper, cardboard, all types of metal cans, all glass bottles and plastic bottles. The proceeds from the sale of the recyclables should reflect the current commodity prices for those recyclable materials.

Contractor must submit to the government all generated revenues and commodity sales receipts from the pick up and direct sale of recyclables as stated above. This contract may or may not include the collection of municipal solid waste but contractor may not off set the invoice for waste collection with revenue generated from recycling. Contract award will be based on past-performance price tradeoff, best value to the Air Force. Interested parties can register online at the government point of entry, http://fedbizopps.gov/ and subscribe to receive procurement announcements related to this solicitation.

All solicitation information will be made available through the FEDBIZOPPs website. Please acknowledge interest in this acquisition by replying in writing no later than 18 April 2008 either by e-mail to Angie Scott, Contract Specialist, angie.scott@pittsburgh.af.mil. Any questions relating to this solicitation must be submitted in writing either by e-mail as mentioned above or faxed to (412) 474-8410.

Repair and refurbish 50 trash dumpsters and 50 metal cardboard recycling dumpsters.

Solicitation Number: M6700108Q0114

Agency: Department of the Navy

Office: United States Marine Corps

Location: Marine Corps Base Camp Lejeune - RCO

THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700108Q0114 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17. This solicitation is unrestricted. The North American Industrial Classification System (NAICS) code for this requirement is 811310 and the small business size standard is $6.5 million. Line Item #0001: Repair and refurbish trash dumpsters Quantity: 50 Each. Line Item #0002: Repair and refurbish cardboard dumpsters Quantity: 50 Each. This service will be in support of Public Works, Camp Lejeune, NC 28542. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 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 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Offerors are required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The evaluation factors that will be used to determine award are Delivery/Availability, Price, and Past Performance. Delivery and Price are weighted equally and above past performance. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source commercial or government, that is similar to this requirement. The closing date for this solicitation is 17 May, 2008 at 1200 hr (12:00 PM) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to nancy.peterson@usmc.mil or fax to (910) 451-2193.

Solicitation 1

Sensitive/Secure Package: no

Type: Solicitation

Posted Date: May 7, 2008

https://www.neco.navy.mil/biz_opps/840-v5static.cfm?...https://www.neco.navy.mil/biz_opps/840-v5static.cfm?soln=M6700108Q0114

 

No more results found.
No more results found.