Collection and Recycling of Paper Products
University of Florida
The University of Florida is soliciting proposals from interested vendors for the commercial collection and recycling of recyclable paper products, including mixed paper products and baled corrugated material produced through the operations of the University of Florida at its campus in Gainesville, Florida and at outlying sites within Alachua County. This solicitation does not include shredding of confidential documents.
Click here to view the bid -- http://www.purchasing.ufl.edu/BID/2009_Bids/Mercedes_Bongiovanni/ITN09MB-110_Paper_Collection_&_Recycling/ITN09MB-110.pdf
Waste Tire Removal and Recycling
Mohave County, Arizona is requesting bids for the removal and disposal of approximately 2500 tons of waste tires from Mohave County’s Cerbat Landfill Waste Tire Collection Site, and 4500 tons of waste tires from Mohave County’s Mohave Valley Landfill Waste Tire Collection Site (Waste Tires).
The Waste Tires are roughly estimated to consist of approximately 60 % passenger tires, 30 % truck tires, 6 % off-road tires, and 4 % scrap tires. Prior to bidding, it shall be the bidder’s responsibility to fully investigate and examine the Sites and required Work and to independently estimate the scope of the Work including without, limitation, the quantities, sizes, types and their percentage distribution, and conditions of the Waste Tires to be removed and disposed of.
Click here to view the bid -- http://resource.co.mohave.az.us/File/Procurement/ifbs/2008%20CallforBids%20WT.pdf
Paper Recycling Contract
University Of Texas At Austin
Printer's mix, mixed office, white ledger and cardboard addendum one issued july 21, 2008.
Click here to view the bid -- http://esbd.cpa.state.tx.us/docs/721/77914_1.pdf
Sale of scrap metals
University of Tennessee
Click here to view the bid -- http://purchasing.tennessee.edu/30000931.pdf
On-site shredding, Sierra & Central Valley DDSD offices
State Of California Department of Social Services
Contact: Nick Chladek, hone Number 916.654.0723, Email Address nicholas.chladek@dss.ca.gov.
On-site shredding, Sacramento and Roseville DDSD offices
State of California Department of Social Services
Estimated Value $5,000 - $9,999
Duration 11/01/2008-10/31/2009
Location(s): Sacramento
Contact: Nick Chladek, 916.654.0723, Email Address nicholas.chladek@dss.ca.gov.
On-site shredding for Areas 1 and 2 (Various Locations)
State Of California
Agency Department of Motor Vehicles
Estimated Value $1,000,000 - $2,999,999
Duration 9/19/08-8/31/2010 with an option to extend 1 year
License(s) Required None
Location(s): Central; Northern
Contractor to provide all labor, tools, materials and equipment necessary to provide on-site shredding services at the various DMV field offices located in Areas 1 and 2. If interested in obtaining a bid package, please fax request 916-657-2387 and include the project number, company name, mailing address, phone and fax numbers and contact person.
Bid Submittal Deadline 8/20/2008 1:30 PM
Contact Name Bid Line
Phone Number 916.657.8345
Fax Number 916.657.2387
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
Contact Person: Trudie E. Carmichael, Phone Number 404-657-6879
Contact E-mail Address trudie.carmichael@doas.ga.gov
SOS Printer Ribbon Destruction
Illinois Secretary of State
Reference Number: 22015610
Agency Reference Number: 09DS013006
The Office of the Secretary of State is soliciting bids from qualified vendors to perform the following:
Drivers License printer ribbons generated by Illinois Secretary of State Drivers Facilities, contain confidential and proprietary personally identifiable information that must be safeguarded at all times. These resin ribbons are wrapped on hard plastic spools. A spool of ribbon measures approximately 2 3/4" high, by 2 3/8" in diameter. Ribbons must be completely destroyed, from the outer layer, to the core/spool. Ribbons can be destroyed by incineration, acid bath, or disintegration. If a disintegrator is utilized, ribbon particles may not exceed 1/4" maximum size. Additionally, there may be a small numbers of other items which include but are not limited to damaged or expired drivers licenses, archived media tapes ect. that must be destroyed.
Click here to view the bid -- http://www.purchase.state.il.us/ipb/IllinoisBID.nsf/frmBidDocFrameset?ReadForm&RefNum=22015610&DocID=5D1C94098B84AD6986257490007394D4&view=viewSolicitationsOpenByDate
Direct Sales For Processing and Disposal of Spent Range Brass
Solicitation Number: W912CZ-08-FRA-99505
Agency: Department of the Army
Office: ACA, Pacific
Location: ACA, Fort Richardson
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Invitation to Bid is for the USAG Alaska direct sales program. This announcement is a supplement to the full Invitation to Bid. This Invitation to Bid is for a Purchaser/Contractor to pickup from Fort Richardson, Alaska Ammunition Supply Point: ITEM 1 - Spent Range Brass, 50 caliber or less, which is thermally processed by a Safety Certification Unit and further mutilated by a Brass Deformer, in accordance with DOD/Army regulations. Minimum generation for a 12 month period is 50,000 lbs (25 tons); ITEM 2 - Scrap steel comprised of ammunition cans and metal links. Minimum generation for a 12-month period is 20,000 lbs (10 tons). USAG Alaska Qualified Recycling Program (QRP) will offer brass and scrap steel to the Purchaser/Contractor at the Governments convenience (not on a set schedule). No less than 20,000 lbs will be offered per pickup. The period of performance for this contract will be for two (2) years from the commencement date. The contract service period shall begin 15 days after contract award. The estimated award date is 22 August 2008.
Proposals must be submitted on the full invitation to bid form no later than 4:00 PM Eastern Standard Time (EST) on August 5, 2008. To obtain a copy of the full invitation to bid contact Marvinia Adams, Contract Specialist, at marvinia.j.adams@us.army.mil or (907) 384-7104.
Refuse and Recycling Services for Altus AFB, OK
Solicitation Number: FA4419-08-R-0012
Agency: Department of the Air Force, Air Education and Training Command
Location: Altus AFB Contracting Squadron
The 97th Contracting Squadron intends to issue a solicitation for refuse collection and recycling services at Altus AFB, OK. 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 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 23 May 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.
Contractors are required to submit proposal on the FA4419-08-R-0012 Amendment 3 conformed copy.
Added: Jul 21, 2008 12:59 pm
The previous solicitation required some administrative changes. Please review these changes and submit proposals on FA4419-08-R-0012 Amendment 4 Conformed Copy. If your proposal has already been submitted no further submittals will be required, unless corrections to your proposal are necessary. Because of these changes the bid due date has been moved to Friday 25 July 2008 12:00pm CST.
Added: Jul 23, 2008 7:01 pm
The previous solicitation required some administrative changes resulting in amendment 0005. Please review these changes and submit proposals on FA4419-08-R-0012 Amendment 4 Conformed Copy. Note that due to the minor changes in amendment 0005, a new conformed copy was not posted with the amendment. If your proposal has already been submitted no further submittals will be required, unless corrections to your proposal are necessary. Because of these changes the proposals due date has been moved to Monday 28 July 2008 12:00pm CST.
Added: Jul 24, 2008 10:46 am
There was necessary administrative changes required on FAR 52-212-2 Evaluation Clause. All proposals are required to be submitted on FA4419-08-R-0012 Amendment #6 conformed copy. If your proposal has already been submitted no further submittals will be required, unless corrections to your proposal are necessary but I will need an acknowledgement of all amendments. If you have sent in your proposal and you do not have any changes to make just sign all amendments posted after you submitted your proposal to acknowledge the amendment/s. Because of these changes the bid due date has been moved to Wednesday 30 July 2008 12:00pm CST.
Click here to view the bid -- solicitationFA441908R0012.doc
Primary Point of Contact.: Michael F Schuman, michael.schuman@altus.af.mil, Phone: 580-481-5835, Fax: 580-481-7025
Recycling Services
Solicitation Number: HSFEMS-08-Q-0033
Agency: Department of Homeland Security
Office: Federal Emergency Management Agency
Location: Transition Recovery Office - MS
Click here for more information -- https://www.fbo.gov/utils/view?id=f48daff0bea42f7923628b01f2d99d1a
Primary Point of Contact.:
Patricia Trusler,
Contract Specialist
Phone: 228-897-9585
Fax: 228-897-9655
Scrap Rubber/Tire Removal at Various Northern California Sites
Solicitation Number: SP4410-08-Q-2022
Agency: Defense Logistics Agency
Office: DLA Acquisition Locations
Location: Defense Reutilization and Marketing Service
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-2022. This RFQ is for the Defense Reutilization and Marketing Service (DRMS) for the disposal of tires/scrap rubber. This procurement is a 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 562219 with a small business size standard of $12.5M. The resulting contract will be subject to the Service Contract Act. The resulting contract will be a firm-fixed priced, indefinite delivery, indefinite quantity (IDIQ) contract. The quote shall include a completed FAR 52.212-3, Offerors Representations and Certifications – Commercial Items. The following provisions/clauses apply to this RFQ: FAR 52.212-1, Instructions to Offerors – Commercial; FAR 52-212-2, Evaluation – Commercial; FAR 52.212-4, Contract Terms and Conditions – Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items and applicable clauses are applicable to the RFQ. The clauses and provisions included in this RFQ by reference can be accessed electronically at these addresses: http://farsite.hill.af.mil/. For DRMS local clauses see http://www.drms.dla.mil/drmsp/clauses/drmscls0902.pdf. To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov. Questions regarding this combined synopsis/RFQ must be submitted in writing by facsimile to Virginia Mayhew (269)961-4474, or email virginia.mayhew@dla.mil.
The issue date for this RFQ is 23 Jul 2008, and the closing date is 12 Aug 2008. To obtain a copy of the full RFQ access the DRMS homepage at http://www.drms.dla.mil/newproc/index.html. In the middle of the page click on CURRENT SOLICITATIONS and then locate the RFQ identified above. Quotes are to be received no later than 4:30 p.m. Eastern Standard Time on 12 Aug, 2008. Quotes may be accepted by facsimile at (269)961-4474 or e-mail to virginia.mayhew@dla.mil
Contracting Office Address: Federal Center 74 Washington Avenue North Battle Creek, Michigan 49037-3092
Phone: 269-961-7130
Fax: 269-961-4474
Classified Material Destruction Facility (CMDF)
Agency: Department of the Army
Office: Army Contracting Agency, South Region
Location: ACA, Fort Bragg
The Mission and Installation Contracting Command, Regional Contracting Center-Fort Bragg, has a requirement for the operation and maintenance of the Classified Material Destruction Facility (CMDF) in support of the Division of Emergency (DES), Security and Intelligence Division, located on Fort Bragg, North Carolina. The purpose of this Sources Sought Notice is to gain market knowledge of potential small business sources and their size classifications: HubZone, 8(a), Small Disadvantaged Business, Women-Owned Business, Veteran Owned Business and Service Disabled Veteran Owned Business relative to North American Industrial Classification Code (NAICS) 561499, All Other Business Support Services, with a small business standard not to exceed $6.5M average annual revenue for the previous three years. The CMDF is the only such type U.S. Army Forces Command installation-level destruction facility on the East Coast, processing a combined total of approximately 10,000 pounds of classified/sensitive materials per week, which includes, but is not limited to: Privacy Act Data, For Official Use Only (FOUO), and Personal In Nature, etc. Typical work will consist of the destruction of classified/sensitive materials by incineration, disintegration or shredding at designated facilities located on Fort Bragg, North Carolina.
The Contractor shall obtain a SECRET Facility Clearance IAW the provisions of DoD Manual 5220.22-M. Any employee(s) shall also have a SECRET security clearance prior to commencement of any work at the CMDF. This will be accomplished prior to the contract start date. The Contractor and his/her employee(s) must be familiar with the requirements for handling, destroying, and inadvertent disclosure to classified information at levels beyond their security clearance. The Contractor shall provide supervision of their employees and provide a trained individual(s) to staff and operate the facility during hours of operations.
The individual(s) must be trained in the operation of large motor-driven and fuel-fired equipment, as well as, safety procedures. Responses to this Sources Sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this Sources Sought announcement, a synopsis and/or solicitation announcement will be published at a later time. Responses to this notice shall include the company name, address, point of contact, telephone and fax number, e-mail address, DUNS Number, size of business pursuant to the NAICS and must respond to the following questions: 1) Is your business a small business under NAICS Code 561499? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HubZone firm? 5) Are you a Women-Owned or operated business? 6) Are you a certified Service Disabled Veteran Owned or Veteran Owned business? 7) Are you a large business? Please provide a capability statement (no more than five (5) pages) addressing your organizations ability to perform as a prime Contractor for the work described in the draft PWS and will be made available upon request. All eligible firms responding to this Sources Sought must ensure their response is complete and sufficiently detailed to allow the Government to determine the firms qualifications to perform this requirement. This market research does not constitute an invitation for bid or request for proposal and is not to be construed as a commitment by the Government. The Government will not reimburse the firms for any cost incurred for their participation in this survey. All responses may be submitted via email to terry.t.davis@us.army.mil. No other method of transmittal will be accepted. All capability statements and questions must be received by August 15, 2008. Telephonic requests will not be accepted.
Contracting Office Address: ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
Point of Contact(s):
terry.t.davis@us.army.mil, 910-643-7515 ACA, Fort Bragg
Shredding Services
Solicitation Number: VA-241-08-RP-0377
Agency: Department of Veterans Affairs
Office: VA Connecticut Health Care System
Location: Department of Veterans Affairs Connecticut Health Care System
Shredding services RFP va-241-pi-rp-0377
Refer to attached contract document
For submitting proposal. Note pricing
Page and all requirements such as licensing,
Site inspection, off-site and on-site shredding. Va connecticut Healthcare System 950 Campbell Avenue West Haven, CT 06516
Click here to view the bid -- https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=26362&FileName=VA-241-08-RP-0377-001.DOC