Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending July 20.

(in some cases interested parties are required to register as a vendor to view the actual RFP)

Recycling Services

Peachtree City, GA

The City of Peachtree City, Georgia is accepting sealed proposals from qualified contractors to provide residential refuse collection and recycling services for City residents under a franchise agreement.

In addition, the City is also accepting sealed proposals from qualified contractors to take over and manage the existing recycling center and/or establish a new recycle center. The specifications and requirements are available on the City’s web site at www.peachtree-city.org.  Purpose/Objective The City is issuing this Request for Proposals (RFP) for the sole purpose and intent of obtaining proposals from interested and qualified Proposers to provide solid waste collection and a recycling program for Peachtree City residents and to enter into a franchise agreement with the City to provide those services as a sole exclusive provider.

In addition, the City is issuing the RFP for the purpose of giving contractors the opportunity to tell the City what they can offer regarding management of the current City-owned recycle center and/or start up a new recycle center. Background The City currently operates in an open market for its solid waste collection services for residential garbage, yard waste, and commercial garbage.

For public health and environmental reasons, impact on City streets, and to provide a uniform program with cost advantages to citizens, the City desires to enter into a franchise agreement for residential garbage, residential yard waste, and residential recycling services with a private Contractor.

The City has a residential customer base of approximately 10,500 single-family homes. The City also requires the Contractor to perform invoicing, collections, and customer service to the residents. The City is looking into the feasibility of mandating recycling for residents. In addition, the City is looking for a franchise vendor to take over the current recycle center. Currently, the City has identified a potential location, larger than the current site, for a new recycle center.

Click here to view the RFP -- http://www.ptcgovernment.org/purch/bids/08-145PAS.pdf  

Cold In Place Recycling Pavement Restoration for CR466A and CR474

Lake County, Fla.

Project Description: The tasks assigned shall consist of Milling the existing asphalt pavement to the width and depth specified, mixing the milled bituminous material with a liquid recycling additive and water (if required), to match a mix design provided by the Contractor. The emulsified Recycled Asphalt Material (RAP) shall be placed on the suitable subgrade or base and then be compacted to achieve the prescribed densities for the base course. After the proper cure time two (2) layers of hot mix asphaltic concrete shall be placed on top of the prepared base.

Click here to view the RFP -- http://www.lakecountyfl.gov/departments/procurement_services/bid_details.aspx?bid_number=08-0030  

Operation and Solid Waste Hauling for Brown County Transfer Station

Brown County, Wisconsin

Click here to view the bid -- http://www.co.brown.wi.us/administration/Purchasing/Bids%20&%20RFPs/1309%20Transfer%20Station%20Hauling%20Contract.pdf  

Disposal Equipment/ Recycling/Garbage & Haz Mat Removal

State of Colorado

Trash removal services throughout Colorado Department of Transportation, Region 4.

Click here for more details -- https://www.gssa.state.co.us/BdSols.nsf/OByCats/838553b1e953599387257488006e5864?OpenDocument  

To view the actual RFP prospective bidders need to register with the state.

Shredding Services

Volusia County, Fla.

The County of Volusia has thirteen divisions that require shredding of documents on approximately a bi-monthly basis and is seeking quotes for the following:

A. Provide locked containers for use in collecting documents for shredding.

B. Provide truck-mounted shredding equipment brought on-site for the destruction of confidential and sensitive material picked-up from locked containers and destroyed on-site.

C. Provide certification of destruction.

D. Provide documentation that drivers that will be assigned to Volusia County have a Class A or B Commercial Drivers License.

Click here to view the RFP -- http://vcservices.vcgov.org/bidlistnet1/OpenDocument.aspx?id=33881  

Refuse and Recycling Servicing

California Agency Military Department

Estimated Value $100,000 - $499,999

Duration Two Years

Location(s): Ventura

The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to Perform Refuse and Recycling Services at the Channel Islands Air National Guard Station, located at Port Hueneme, California. Refuse Material pickups: service locations (approx. 14 buildings), size of bins, number of bins, and weekly frequency shall be identified in the Statement of Work, which is included in the Invitation for Bid (IFB). Recyclable Material pickups: service locations (approx. 13 buildings), size of bins, number of bins, and frequency shall also be identified in the Statement of Work. On Call Services: The 25 cubic yard roll off container will be utilized on an "on call basis" with 24 service calls per contract period after the initial delivery.

On-call service is defined as the pick-up and disposal of one, 25-cubic yard container. Contractor will provide a maximum of 18, on-call services during the contract period, with no minimum guarantee on the total service calls during the service period. The Contracting Officer’s Representative for this project is Mr. Ross Suderno, and he can be reached at (805) 986-7830. Contractors may obtain a copy of the IFB by calling (916) 854-3619 and leave your organization’s name, point of contact, complete address, telephone number, fax number, and request a copy of IFB 0119W.

Bid Submittal Deadline 7/30/2008 4:00 PM

Contact Name Danette

Phone Number 916.854.3619

Trash and Recycling Services for the Storrs/Depot and Avery Point Campuses

University of Connecticut

State of Connecticut

The University of Connecticut Purchasing Department (hereinafter referred to as "University") in Storrs, Connecticut is seeking proposals from qualified vendors to provide Trash and Recycling Services to meet the needs of the University.

Services will be required as described in the provided specifications. The contract(s) resulting pursuant to this RFP will be based on CT DOL Standard Wage Rate regulations.

To view the RFP click on the following link -- http://www.das.state.ct.us/rfpdoc/UCONN02/bids/pl061308.pdf

Contact Name: Philip Lang, email philip.lang@uconn.edu, tel. (860) 486-2626; fax (860) 486-5051. Web site: http://www.purchasing.uconn.edu

Construction & Demolition Waste Characterization

The State of Georgia’s Department of Natural Resources (DNR), Pollution Prevention Assistance Division (P2AD) is requesting appropriate Offerors to respond to this Request for Proposal (RFP) for a statewide Construction and Demolition (C&D) Waste Characterization Study to address the C&D materials entering C&D landfills in Georgia.

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.

Bid Number 46200-821-0000002384

Agency 46200-Department of Natural Resources

Contact Person Trudie E. Carmichael, Contact Phone Number 404-657-6879, E-mail Address trudie.carmichael@doas.ga.gov.  

Bid Closing Date/Time Aug 8, 2008@1:00 PM

Mobile Rock Crusher

Solicitation Number: AG-02NV-S-08-0066

Agency: Department of Agriculture

Office: Forest Service

Location: R-4 IDAWY Acquisition Service Center

The Forest Service intends to award a HUBZone sole source contract to Roadtech Inc. under Negotiated Procedures for the purchase of a mobile rock crusher. This requirement is proposed to be a sole source procurement to a certified HUBZone company under the authority of the HUBZone Act of 1997 (15 U.S.C. 631 note) and FAR 19.1302. Justification for such procedures: This type of machine is less expensive to operate, recycles previously unsuitable material on site thereby eliminating disposal problems, can operate on small single lane roads, minimizes material handling and hauling costs, has low environmental impacts, and has the capability of blending soil stabilizers or dust abatement products into the road material. This method not only completely eliminates the costly removal and replacement of the material to be crushed, but can re-establish a native roadbed without spreading seeds and/or diseases from Forest to Forest.

This is a notice of intent and is not a request for competitive proposals. If there are businesses that can provide the aforementioned product, and meet the minimum requirements listed below, they must respond by submitting in writing an expression of interest in competing on the procurement and provide supporting documentation as to how their proposed product meets the stated minimum requirements by August 1, 2008 at 3:00 p.m. MST.

The mobile rock crusher must meet the following minimum requirements: The mobile rock crusher shall be capable of taking oversized rock that has been windrowed along the roadway and crush it as the machine progresses down the road. Operating sites may vary from steep, narrow mountain roads to developed pit sites. The machine shall be capable of blending all types of material, regardless of shape or hardness. Machine shall be capable of crushing rocks up to 16" to an aggregate graduation of ¾" minus. Mobile rock crusher shall be built to a size that does NOT require any oversize or overweight permits when being transported on State, County, or Federal Highway; crusher shall have adjustment capability of hammers and anvils to adjust for wear to increase the consistency of the aggregate produced; equipment shall be designed with a multi-position lift frame which allows the crusher head to be rotated so crews may work with the underside of the machine facing them at working level to increase safety; the crusher shall have shock protection to reduce vibration; have a removable anvil weldment for ease of service and repair, and the crusher shall have radial attachment of the tooling, which results in much easier and faster replacement of wear parts. A determination by the Government not to compete this proposed action based upon responses to this notice is solely at the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

Contracting Office Address: 1405 Hollipark Dr., Idaho Falls, Idaho 83401

Primary Point of Contact: Judy B Martin, Contract Specialist, jbmartin@fs.fed.us. Phone: 208-557-5841; Fax: 208-557-5829

 

Refuse Collection and Recycling Services

Solicitation Number: FA4659-08-R-0004-RefuseCollection

Agency: Department of the Air Force

Office: Air Mobility Command

Location: 319 CONS

The 319th Contracting Squadron intends to issue a solicitation for refuse collection and recycling services at Grand Forks AFB, ND. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services, except as specified in the Performance Work Statement (PWS) as Government-furnished property. Performance shall be to the standards in the contract as well as all local, state, and federal regulations. The solicitation will result in a firm fixed price requirements contract with a base year and four one-year option periods. The base period of performance will be from 1 Oct 08 through 30 Sep 09. The North American Industry Classification System (NAICS) code is 562111, and the small business size standard is $11.5M. This acquisition will be solicited as a HUBZone set-aside. A formal Request for Proposal (RFP) will be issued on or about 1 Jul 08 via Federal Business Opportunities (FBO). Paper copies of the solicitation will not be mailed. Prospective offerors are responsible for checking FBO to obtain the solicitation and any amendments or other information pertaining to the solicitation; prospective offerors are encouraged to register for notification through FBO. All offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) to be eligible for award. Registration requires a DUNS number and may take up to three weeks to process. Instructions are available at the CCR website.

Click here to view more details of the RFP -- https://www.fbo.gov/files/466/4663e0ab2cf8a3353aedbd966e16b6db.doc?i=d050b7c540c44bedacd3a31601ea04c0  

Charleston Trash Removal and Cardboard Recycling

Solicitation Number: VA-769-08-RQ-0046

Agency: Department of Veterans Affairs

Office: VA Leavenworth Consolidated Mail Outpatient Pharmacy

Location: Department of Veterans Affairs 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.

Scrap Wood Collection Bins

Solicitation Number: SB3100-8148-1002

Defense Logistics Agency

DLA Acquisition Locations

Location: Defense Distribution Center

The Defense Distribution San Joaquin, (DDJC) has a requirement for six (6) fifty cubic yard scrap wood collection bins. Five (5) bins located at Tracy Site and one (1) bin located at Sharpe Site. The contractor will be responsible for the removal of the scrap wood in these collection bins as described below.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 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 solicitation is issued as a Request For Quotation (RFQ), reference number SB3100- 7008-1004.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective June 12, 2008 and DFARS DCN 20080513 edition.

This solicitation is 100% set aside for small business concerns. The North American Industry Classification System ( NAICS) code is 562111 and the associated size standard is 500 employees to be classified as a small business concern.

Line item 0001- (estimated 312 empties total)

Tracy Site (estimated 259 empties)

$ ________ pick up fee

$ ________ per bin exchange/bin emptied

Sharpe Site (estimated 53 empties)

$ ________ pick up fee

$ ________ per bin exchange/bin emptied

Description: Scrap-Wood removal includes pallets, crates, spools and other various size and types of lumber, all pieces of wood used for packing and crating, pieces of wood used in construction, and sawdust. Contractor will provide six (6) 50 CY scrap-wood collection bins, five (5) for Tracy site and one (1) for Sharpe site. The contractor’s collection bins will be loaded by government personnel and equipment and replaced with an empty within 48 hours of notification from the government POC. The estimated number of loads is 312, the contractor shall be paid for actual number of loads removed.

The contractor is responsible for removing the woodpiles at Tracy and Sharpe facilities. The contractor shall provide all supervision, personnel, and equipment needed to remove and transport off-depot deposit recyclable scrap-wood at Defense Distribution San Joaquin (DDJC), Tracy and Sharpe site.

Tracy address: Tracy Site Defense Distribution Depot San Joaquin

25600 South Chrisman Road

Tracy, CA 95304

Sharpe address: Sharpe Site Defense Distribution Depot San Joaquin

700 East Roth Road

French Camp, CA 95231

The anticipated period of performance is for one (1) year after receipt of contract.

Upon arrival the Recycling staff and your Driver will weight your truck. Weight will be annotated on a Shipment Receipt Delivery Pass (DLA 1367). After the truck has been loaded it will be weighed again (gross weight minus tare weight equals quantity released), annotated on the DLA 1367, along with the number of tons loaded, and signed by your Driver and Recycling staff.

Drivers must have proof of insurance coverage and valid CA driver’s license at all times. Contractor must comply with all Recycling, Safety, Environmental, and Security regulations and laws.

The contractor will invoice the government on a monthly basis for payment by Government credit card.

The following clauses and provisions apply to this acquisition and are incorporated for purposes of this notice-they will be included in the contract award document by either reference or full text. The full text version of these clauses and provisions may be viewed at: http://farsite.hill.af.mil/

FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS

FAR 52.212-2 EVALUATION ? Commercial Items applies to this acquisition. The government will award one contract as a result of this solicitation. Award will be made on an all or none basis and will be based on the lowest priced quotation received.

FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS

Far 52.212-4 contract terms and conditions-commercial items addenda to 52.212-4: the following clause is hereby incorporated: 52.217-8 option to extend services

Far 52.212-5 contract terms and conditions required to implement statutes or executive orders-commercial items the following clauses are applicable to this acquisition: 52.219-6 notice of total small business set aside

52.219-14 limitations on subcontracting

52.2319-28 post-award small bussiness program representation

52.222-3 convict labor

52.222-19 child labor-cooperation with authorities and remedies

52.222-21 prohibition of segregated facilities

52.222-26 equal opportunity

52.222-35 equal opportunity for special disabled veterans, veterans of the vietnam era and other eligible veterans 52.222-36 affirmative action for workers with disabilities 52.222-37 employment reports on special disabled veterans, veterans of the vietnam era, and other eligible veterans 52.225-13 restrictions on certain foreign purchases

52.232-33 payment by electronic funds transfer-central contractor registration

52.232-36 payment by third party

Dfars 252.212-7000 offeror representations and certifications

Dfars 252.212-7001 contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items.

Offerors must submit a completed copy of FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their quotation.

ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE- http://www.ccr.gov  or an award cannot be processed.

All responsible small business concerns may submit a quotation which shall be considered by this agency. Quotations and representations/certifications (or indication that representations/certifications have been completed at the ORCA website) are required no later than the close of business on July 11, 2008. Price quotations may be sent via any of the following methods:

1) fax to 717-770-7591, Attention: Dusty Kruger,

2) email to james.kruger@dla.mil,  or

3) mail to Defense Distribution Center, DDC-AB, ATTN: Dusty Kruger, 2001 Mission Drive, Building 404, New Cumberland, PA 17070.

Contracting Office Address:

2001 Mission Drive DDC CSS-AB, Bldg 404

New Cumberland, Pennsylvania 17070-5001

United States

Request for Information (RFI) for Refuse Resource Management (RM)

Solicitation Number: RFI1RMISWM

Agency: Department of the Air Force

Office: Air Education and Training Command

Location: Specialized Contracting Squadron

The Air Education and Training Command (AETC), Randolph Air Force Base (AFB), Texas, is conducting market research to identify organizations that are currently performing Resource Management (RM) concepts for Integrated Solid Waste Management, or have the capability to pursue such resource efficiency opportunities.

Please refer to the Resource Management document on the WasteWise website at: http://www.epa.gov/epaoswer/non-hw/reduce/wstewise/pubs/wwupda17.pdf to review the concept that the Air Force is interested in pursuing. RM is a strategic alternative to disposal contracting that seeks to continually improve resource efficiency through enhanced source reduction, recycling, and recovery. By tying incentives to the value of services that foster prevention, reuse, and recycling—with disposal as the last resort—RM encourages alignment of contractors’ activities with the customers’ in a new type of joint effort. AETC is seeking innovative, efficient business practices such as RM that provide significant opportunities to obtain potential cost savings and ultimately a more resource efficient product or process design.

This RFI is completely voluntary and does not constitute any form of direction or commitment from the Government, nor will the Government be liable for any costs incurred. This information will be used for MARKET RESEARCH PUPROSES ONLY. Industry is not required to respond for any upcoming solicitation. Your participation is greatly appreciated!

Please submit a white paper with your RM capabilities, or planned RM processes. Responses are due no later than 25 Jul 2008 and shall be electronically submitted to Maj Eric Freeman at eric.freeman@randolph.af.mil (210-652-9590), and Capt Carl Jackson at carl.jackson@randolph.af.mil. Questions relative to this RFI should also be directed to these individuals.

AS A REMINDER:

This is not a Request for Proposal (RFP), but instead is a market research tool to determine the availability and adequacy of potential sources for Resource Management concepts. This is NOT A SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The North American Industrial Classification System (NAICS) industry group 5621 (waste collection) and 5622 (waste treatment and disposal) apply. Firms responding to this announcement should indicate their business size, particularly if they are a small business. "Small business" means small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business.

Please consult the list of document viewers if you cannot open a file.

RFI for Refuse RM

Sensitive/Secure Package: no

Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label:

RFI for Refuse RM

Posted Date: July 15, 2008

RFI Resource Management.doc (32.00 Kb) https://www.fbo.gov/utils/view?id=84fc62f2683cf9552d42d6b6f3804eb2  

Description: RFI for Refuse RM

Contracting Office Address:

2021 First Street West

Randolph AFB, Texas 78150-4302

Primary Point of Contact: Maj Eric Freeman, Strategic Sourcing Flight Chief

eric.freeman@randolph.af.mil

Phone: 210-652-9590

Secondary Point of Contact:

Capt Carl Jackson

carl.jackson@randolph.af.mil

Phone: 210-652-8223

Scrap Rubber/Tire Disposal in Arizona and New Mexico

Solicitation Number: SP4410-08-Q-2017

Agency: Defense Logistics Agency

Office: DLA Acquisition Locations

Location: Defense Reutilization and Marketing Service

Amendment 0001 has been issued for solicitation SP4410-08-Q-2017. This Amendment clarifies/changes parts of the solicitation and contains replacement pages. Changes are in Bold typeface. Amendment 0001 and the original solicitation can be found at the DRMS homepage - http://www.drms.dla.mil. On the left hand side of the homepage click on "PROCUREMENT" then in the center of the following page click on "CURRENT SOLICITATIONS" and then locate the solicitation number SP4410-08-Q-2017. The web address was incorrect on the original FBO posting of SP4410-08-Q-2017. The correct address is: http://www.drms.dla.mil in lieu of www.drms.com.

Contracting Office Address:

Federal Center 74 Washington Avenue North

Battle Creek, Michigan 49037-3092

Place of Performance:

Multiple Pick-Up Locations, see Section B.7 of Solicitation

Primary Point of Contact: Sarah O Rutkowski, sarah.rutkowski@dla.mil. Phone: 269-961-4542, Fax: 269-961-4474

Secondary Point of Contact: Barry R Mowry, Contracting Officer, barry.mowry@dla.mil. Phone: 269-961-7080, Fax: 269-961-4474

Secure Shredding Services

Solicitation Number: SSA-RFQ-08-1670

Agency: Social Security Administration

Office: Office of Budget, Finance, and Management

Location: SSA Region 8

The Social Security Administration (SSA), Denver Regional Office is seeking qualified Contractor(s) to provide secure shredding services. The Contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and any other related supplies and services for on-site or off-site shredding. Secure shredding services will be provided at various SSA offices throughout the States of Colorado, Wyoming, North Dakota, South Dakota, Montana and one site in Minnesota. This is a total small business set aside. The NAICS code is 561499, and the small business size standard is 6.5 million. The government intends to award a fixed price contract(s) for a base period and four (4) one year option periods. Multiple contracts may be awarded. All offerors must be registered in the Central Contractor Registration database (www.ccr.gov). You may e-mail your questions to lisa.walker@ssa.gov.  

Contracting Office Address:

1961 Stout Street, Denver, Colorado 80294

Place of Performance: Various locations in the States of Colorado, Wyoming, North Dakota, South Dakota Montana and Minnesota

Primary Point of Contact: Lisa Walker, Contracting Officer, lisa.walker@ssa.gov. Phone: 303-844-7344, Fax: 303-844-2183

Recycling Services,

DOC Sheridan Waste Removal

The Illinois Procurement Bulletin/Supplies & Services Edition, published by the State of Illinois, Department of Central Management Services.

This is to notify you that a NEW SOLICITATION OPPORTUNITY listed under one of the Class Codes you selected HAS BEEN POSTED at www.purchase.state.il.us

Use this link to view the Solicitation:

http://www.purchase.state.il.us/r.nsf/g?open&d=4F05E5099F2178298625748D0066AF68

Class Code(s): S320 Janitorial Services, S400 Miscellaneous Services, S480 Recycling Services,

Title: DOC Sheridan Waste Removal

Reference Number: 22015597

Agency Reference Number: DOC00856

Due Date: 08/05/2008 10:00 AM Local Time

Overview:

Invitation for Bid for Waste Removal and Cardboard Recycling services at the She

IPB Help desk contact information:

Email: webmaster@purchase.state.il.us

Phone: 1-866-ILL-BUYS (1-866-455-2897)

Use this link to go directly to the Illinois Procurement Bulletin:

http://www.purchase.state.il.us

Get curated news on YOUR industry.

Enter your email to receive our newsletters.

Loading...