Solid Waste Professional Services (Ccna)
Lakeland, Florida
The city of Lakeland, Fla., is requesting statements of interest and qualifications from firms licensed to practice in the state of Florida, interested in providing solid waste professional services. The firm is expected to provide solid waste operational, performance enhancement and planning services involving, but not limited to, study and analyze conversion to automated solid waste collection services, evaluate residential solid waste and yard waste collection alternatives for customers serviced from alleys, evaluate methods for optimizing residential curbside recycling collection service operations and study and evaluate the feasibility of performing all city-wide solid waste roll-off collection services through an exclusive franchise agreement.
In compliance with the Florida consultants' competitive negotiation act (ccna), rates shall not be included in the qualifications. The qualifications / statement of interest submitted and the contract, if awarded, shall be in complete accordance with, without limitation, this request for qualifications, all codes, requirements and other regulations referenced therein.
For any further Technical Information or clarification contact: Mr. Jeff Wood, Manager or Solid Waste, at (863) 834-8777 or e-mail @ jeff.wood@lakelandgov.net.
Recycling of Fluorescent Lamps, Ballast
City of Philadelphia
It is the intent of the City of Philadelphia to make an award for Recycling of Lamps and Ballasts for the various City agencies and departments as specified herein during the contract period.
Bid security shall be based upon cumulative bid amount per Section 5.
All bids submitted with a total greater than $25,000.00 must be accompanied by the proper Bid Security.
To view the bid click on the following link -- http://mbec.phila.gov/procurement/bids/S9Z54990.PDF
Recycling Trailers with Multi-Compartments
Walton County, Fla.
The Board of County Commissioners, Walton County, Florida, is seeking proposals from qualified vendors to purchase ten (10) recycling trailers with multi-compartments for the County Landfill.
Proposals will be received at the address shown below until: RFP Closing date: July 30, 2008 no later than 4:00PM and will open immediately thereafter.
Click here to view the bid -- http://www.co.walton.fl.us/finance/Recycle%20Trailers.pdf
Curbside Recycling Carts
City of Savannah, GA
Provide carts, assembly and delivery of 48,000 curbside recycling carts. The City has established a 6.5% MWBE goal for this project.
Click here to view the bid -- http://www.ci.savannah.ga.us/purchasing/webbids.nsf/8882dbdb9fa692498525697400733def/64e1a444238c0c4e8525745c006b4fd0/$FILE/Recycling%20Carts.doc
Scrap Metal Recycling & Purchase
Portsmouth, NH
The City of Portsmouth is requesting written proposals from qualified vendors interested in purchasing scrap metal for recycling. Sealed proposals, plainly marked, RFP #04-09 "SCRAP METAL PURCHASE & RECYCLING SERVICES" addressed to the Finance/Purchasing Department, City Hall, 1 Junkins Avenue, Portsmouth, New Hampshire, 03801 will be accepted until 2:00 p.m. July 25, 2008.
Proposals received after 2:00 p.m. will not be considered.
Proposal specifications may be obtained from the Finance/Purchasing Department on the third floor or at www.cityofportsmouth.com, or by calling the Purchasing Coordinator at 603-610-7227.
Click here to view the RFP -- http://www.cityofportsmouth.com/finance/bids/04-09.pdf
Construction & Demolition Waste Characterization
Department of Natural Resourcesd
Contact Person Trudie E. Carmichael, 404-657-6879, trudie.carmichael@doas.ga.gov
Bid Closing Date/Time Aug 8, 2008@1:00 PM
The State of Georgia’s Department of Natural Resources, Pollution Prevention Assistance Division (P2AD) is requesting appropriate Offerors to respond to this Request for Proposal (RFP) for a statewide Construction and Demolition Waste Characterization Study to address the C&D materials entering C&D landfills in Georgia.
Prebid Conference Date/Time Jul 24, 2008 @ 1:00 PM
Prebid Location Pollution Prevention Assistance Division
Prebid Street Suite 351, 7 M. L. King, Jr., Drive
Prebid City Atlanta
Prebid State GA
Prebid Zip Code 30334-9004
The study will provide information for use by state agencies and other stakeholders in evaluating C&D materials that can potentially be recovered for reuse, recycling or creation of energy. The results will be used to identify materials that can be diverted from the C&D landfills to advance Georgia’s efforts to reduce, reuse and recycle C&D materials in our waste stream.
Charleston Trash Removal and Cardboard Recycling
Solicitation Number: VA-769-08-RQ-0046
Department of Veterans Affairs, VA Leavenworth Consolidated Mail Outpatient Pharmacy
The Department of Veterans Affairs, Consolidated Mail Outpatient Pharmacy (CMOP) intends to negotiate a contract for trash to be removed and incinerated and cardboard recycling services for the Charleston CMOP located at 3725 Rivers Avenue, Suite 2, North Charleston, South Carolina 29405-7038. This solicitation and the resulting contract have been set aside 100% for small businesses with NAICS code of 562111 and a size standard of $11.5 Million.
Contract will be for a base year and up to four option years. Offerors are advised that they are responsible for obtaining any and all amendments. Telephone requests will not be honored. Any and all questions regarding this solicitation must be in writing on company letterhead to include telephone number, fax number and point of contact to the CMOP National Contracting Office, ATTN: Sean Jackson, 5000 South 13th Street, Leavenworth, Kansas 66048-5581.
Contracting Office Address: Department of Veterans Affairs;Leavenworth CMOP;5000 South 13th Street;Leavenworth KS 66048-5580
Refuse Collection, Recycling and Disposal Services, Cape May, NJ
Solicitation Number: hscg84-08-q-aa1237
Department of Homeland Security, United States Coast Guard (USCG)
Location: Commander (fcp), USCG Maintenance and Logistics Command - Atlantic
The U. S. Coast Guard Maintenance and Logistics Command Atlantic (MLCLANT) is procuring services under Solicitation HSCG84-08-Q-AA1237 which will be available electronically on or about July 9, 2008 via FedBizOpps at www.fbo.gov.
This acquisition is to provide all labor, materials, equipment, transportation and supervision necessary to provide Refuse Collection, Recycling and Disposal Services to at the USCG Training Center Cape May, NJ.
The solicitation will be issued in accordance with FAR Part 12 and 15, Acquisition of Commercial items. The Government will award a contract for this request for quote to the responsible offeror whose proposal conforms to the solicitation, which will be most advantageous to the Government, price and other factors considered.
The period of performance is one base year, beginning 1 October 2008 through 30 September 2009, with nine one-year options (1 October through 30 September). This solicitation is unrestricted. The NAICS Code is 562111. No paper copies of the solicitation will be distributed. Amendments to the solicitation will also be provided on the Internet using the same protocol listed above.
All vendors will be responsible for obtaining the solicitation and any subsequent amendments from the above site. If you have any questions, contact the Contract Specialist, Erin Bass via e-mail at erin.k.bass@uscg.mil.
Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232.33. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts and receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov.
Contracting Office Address: 300 East Main Street Suite 965, Norfolk, Virginia 23510-9113
Cardboard Recycling Containers
Solicitation Number: W91247-08-T-114
Department of the Army, Army Contracting Agency, South Region
Location: ACA, Fort Bragg
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 W91247-08-T-114 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 332313 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 2008-07-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310
The USA ACA Ft. Bragg requires the following items, Meet or Exceed, to the following:
LI 001, Cardboard Recycling 8 yd Containers: Eight (8) cubic yard dumpsters: Front loader containers (steel) Notch Back / Notch Front with 10 GA bottom, 12 GA sides, front, and back. 2 steel lockable side doors (side doors shall have one tack weld to lock doors), Sleeves - 7 gauge material, Bump Pads - 10 Gauge material, Drain 1 1/2" pipe coupling, dual wall plastic lids, Hinges - 4" x 1/4" material, automatic lid lock, front and rear cardboard slots (approx. 6" x 60"), Prime and Top Coat with industrial oil base enamel, Color: Walnut, 56, EA;
For this solicitation, USA ACA Ft. Bragg 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 Ft. Bragg 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 clientservices@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 52.212-3, Offer Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil.
The following Terms are applicable IAW paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.222-50. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil.
The following Terms are applicable IAW DFARs 252.212-7001 Contract Terms and Conditions: 252.225-7001, Buy American Act and Balance of Payments Program; and 252.232-7003, Electronic Submission of Payments Request. The full text of a DFARs clause may be accessed electronically at http://farsite.hill.af.mil.
Delivery and set up shall be in compliance with stated requirements.
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.
For questions or comments concerning the solicitation, please contact Brandon Hawkins at brandon.a.hawkins@us.army.mil.
Trash Removal/Recycling Services
Solicitation Number: F08SOL00029
Agency: Smithsonian Institution, Office: Office of the Chief Financial Officer
Synopsis: The Smithsonian Institution, Office of Contracting & Personal Property Management, invites you to submit a proposal for the annual trash/debris removal and recycling services task order contract, for various Smithsonian Institution facilities located in the Washington, DC metropolitan area. Attached please find all requisite solicitation documents for purposes of responding to this RFP.
F08SOL00029 may30A.pdfbb.pdf (747.69 Kb)
Description: Annual Trash Removal and Recycling Services RFP No. F08SOL00029
Amendment 1
Contracting Office Address:
2011 Crystal Drive, Suite 350
Arlington, Virginia 22202
Primary Point of Contact.: William Butterfield, butterfieldw@si.edu , tel. 202/633-7016; Fax: 202/633-7308.
Secondary Point of Contact: Emanuel C. Brown, Supervisory Contract Specialist, brownem@si.edu, Phone: 202/633-7256; Fax: 202/633-7305
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