Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending Aug. 30.

Scrap Metal: Sale and Recycling

Fairfax County, VA

Click here to view the bid -- RFP

Construction & Demolition Debris Recycling Facility Construction & Operation Services

Polk County, Fla.

Click here to view the bid -- RFP

Residential Solid Waste & Recyclable Materials Collection Service

Frederick County, Md.

Click here to view the bid -- (need to register to view the bid)

Base Refuse and Recycling

Solicitation Number: FA4809-08-R-0002

Agency: Department of the Air Force

Office: Air Combat Command

Seymour Johnson AFB, North Carolina, has a requirement for refuse collection and recycling services and intends to issue a formal Request for Proposals (RFP) on or about 19 Aug 2008 via Fed Biz Opps. A scheduled site visit date will also be released at that time. The contractor shall provide all supervision, personnel, equipment, transportation, and other items and services necessary to perform refuse collection and recycling services on Seymour Johnson Air Force Base. The contractor shall perform in accordance with standards outlined in the Performance Work Statement (PWS). Services include, but are not limited to, refuse collection; recycling services; landfill tipping; yard waste collection; bulk item pickup.

The solicitation will result in a firm fixed priced contract with a Base Period 1 Oct 08 - 30 Sep 09 and four (4) one-year option periods extending through 30 Sep 2013. This acquisition is a 100% competitive section 8(a) set-aside. Joint Ventures are allowable on competitive section 8(a) set-asides and must be received by the Small Business Administration prior to proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations.

Any corrections and/or changes can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTION AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL. The NAICS code is 562111 – Solid Waste Collection and the size standard is $11.5 million in average annual gross receipts.

The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website www.ccr.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Ops.

No bidders mailing list will be maintained. Offers will be submitted on the Standard Form 1449 and must include as a minimum the items listed in FAR Clause 52.212-1(b). This clause may be viewed at http://farsite.hill.af.mil. Any questions regarding this notice should be directed to Lt Grant Thomas, 919-722-5405, or Ms. Erica Wilson, 919-722-5405.

Scrap Tire Removal, Ft. Buchanan, Puerto Rico

Solicitation Number: SP441008Q2041

Agency: Defense Logistics Agency

Location: Defense Reutilization and Marketing Service

The Defense Reutilization and Marketing Services (DRMS) in accordance with Federal Acquisition Regulation (FAR) Part 10, is conducting Market Research to identify firms with the requisite qualifications to provide the services stated herein. This announcement is not a Request for Proposals (RFP) and does not commit the Government to award a contract now or in the future. There is no solicitation available at this time. Respondents to this notice should indicate whether they qualify as a small or large business under NAICS Code of 562219, Other Nonhazardous Waste Treatment and Disposal. The small business size standard for this NAICS Code is $11,500,000.00 million dollars.

Requested Service: Pick-up, removal and disposal of scrap tires from various locations located on Fort Buchanan, Puerto Rico. Various scrap rubber consisting of DEMIL "A", "B", and "Q" code types are: ground vehicular tires, solid and pneumatic tires from fixed and rotary wing aircraft (some wit rims from light and heavy trucks and tactical vehicles), passenger vehicles, heavy equipment, industrial equipment, agricultural, or aircraft tires, bias ply or steel belted used tires, etc.

A Trade Security Control Clearance will be required. All interested firms shall be required to obtain a clearance from the DoD Demilitarization and Trade Security Controls Program office.

The contractor shall not resell whole DEMIL "B" tires received under this contract. For DEMIL "B" tires, the contractor shall mutilate or shred the tires and sell only the residue material or dispose of the DEMIL "B" tires in a landfill. Landfilling must be performed in accordance with all local, state, and federal regulations.

All interested firms must be registered with Central Contractor Registration (CCR). If you are not registered or you information is not current you need to go to https://pbn.gov/CCR/scripts/index.html and fill out a web based application that takes30-45 minutes to complete. Any interested firms must also have a DUNS number in order to start this process. If you don’t have a DUNS number you can obtain one at http://fedgov.dnb.com./. It takes two or three business days in order to receive a DUNS number and then two to three business days to receive a CAGE code. Please begin the process as soon as you receive this notice in order to speed up the contracting process.

If you have an interest or can provide these services please provide a written response to the questions below. Your responses can be forwarded to Gloria.Daws@dla.mil via e-mail or by FAX to 269-961-4474, Attn: Gloria Daws.

Contracting Office Address:

Federal Center

74 Washington Avenue North

Battle Creek, Michigan 49037-3092

Recycling Office Paper Products

Solicitation Number: FA251708T5015

Agency: Department of the Air Force

Office: Air Force Space Command

The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces a combined synopsis/solicitation for a non-personal service for Recycling of Office Paper Products on Peterson AFB, Colorado. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is prepared in accordance with the format in Subpart 12.6 to the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice.

This solicitation, FA2517-08-T-5015, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The proposed contract will be set-aside 100% for small business and the government contemplates soliciting for the award of a Firm Fixed Price (FFP) contract. The Government proposes to use the North American Industrial Classification System (NAICS) code of either 562111 "Solid Waste Collection" with a size standard of $11.5 million or 562119 "Other Waste Collection" with a size standard of $11.5 million.

The Contractor will be required to provide all personnel, equipment, tools, materials, supplies, transportation and other items necessary to perform Recycling Service for Office Paper Products on Peterson AFB, Colorado, as described in the attached Performance Work Statement and Appendix listing the estimated workload data for Recycling Office Paper Products on Peterson. The anticipated award date is 1 October 2008 subject to the availability of funds. The performance period of this contract is 1 October 2008 through 30 September 2009.

The following Federal Acquisition Regulation (FAR) provisions and clauses apply: Provision FAR 52.252-1, Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Offerors shall be registered in the Central Contractor Registration (CCR) database (see website www.bpn.gov). Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their quote. Other FAR Clauses that apply to this solicitation, are 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 (May 2008) (Deviation);. FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires and FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. FAR 52.212-2, Evaluation--Commercial Items. The Government intends to award this contract to the offeror who presents the best value to the Government. Therefore, the offeror's initial quote should contain the offeror's best terms; discounts-rebates and price quote including charges and fees. The Government reserves the right to reject any or all offers if such action is in the public interest.

A Site Visit is scheduled for 10 September 2008 at 0900 and will be escorted onto the Base. All individuals, (limit two individuals per company), that plan to attend the site visit are required to pre-register at least 2 days in advance of the date and time stipulated for the site visit the following information: Name (full name); Social Security Number; Date of Birth; Place of Birth. Submit individual names either by fax (719) 556-4752 or e-mail to linda.waldroop@peterson.af.mil by close of business, 8 September 2008.

Quotes will be submitted in writing and signed by an individual with the authority to bind their respective company. Quotes may be either mailed to the issuing office at: 21 CONS/LGCAB; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or fax to (719) 556-4752 or e-mail to linda.waldroop@peterson.af.mil. All Quotes are due by 2:00 p.m. (Mountain Standard Time) 17 September 2008.

Refuse and Recycling Services

Solicitation Number: FA4897-08-R-0008

Agency: Department of the Air Force

Office: Air Combat Command

Location: 366 CONS

The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary, except as specified in the Performance Work Statement (PWS) as Government furnished property or services, to provide Refuse and Recycling Services at Mountain Home AFB, ID 83648. Performance shall be according to the requirements contained in the PWS and any Federal, State, County, and City regulations. The solicitation will result in a firm fixed-priced contract with a base year and four one-year options. 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. This action is being advertised as UNRESTRICTED (open to all business concerns). A formal Request for Proposal (RFP) will be issued on or about 29 May 08 via Federal Business Opportunities (FBO). All prospective offerors are encouraged to register for notification through FBO to obtain any amendments or other information pertaining to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov) in order to be eligible for award. Registration requires a DUNS number and may take up to three weeks to process. Recommend registering immediately in order to be eligible for a timely award. Instructions for registering are available at the CCR website. AFFARS 5352.201-9101, Ombudsman is applicable. The Air Combat Command (ACC) Ombudsman is Raymond Carpenter, 129 Andrews St, Suite 122, Langley AFB, VA 23665-2791. Phone: (757) 764-5371, Facsimile: (757) 764-4400, Email: Raymond.carpenter@langley.af.mil.

Refuse and Recycling Collection and Disposal Services

Solicitation Number: HSCG84-08-Q-AA7222

Agency: Department of Homeland Security

Office: United States Coast Guard (USCG)

The U.S. Coast Guard (USCG), Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring Refuse and Recycling Collection and Disposal Services to be performed at USCG Air Station (AIRSTA) Borinquen, Aguadilla, Puerto Rico.

A Firm-Fixed Price services type contract with an Estimated Quantities portion will be awarded for a Base Year, starting 01 OCTOBER 2008 through 30 SEPTEMBER 2009; and, Nine Option Years, of 12 months each, if exercised by the Government, for total contract duration not to exceed 10 years/120 months.

The contractor shall furnish all labor, material, equipment, supplies, transportation, supervision and management necessary to provide Refuse and Recycling Collection and Disposal Services in compliance with all local, Puerto Rico and Federal laws at the AIRSTA Borinquen to include the Housing Complex, Hangar Complex, Ramey School and Lighthouse Areas.

This requirement is issued Unrestricted under Full and Open Competition in accordance with FAR Subpart 6.1 and pursuant to the Small Business Competitiveness Demonstration Program in accordance with FAR Subpart 19.10. As a result, a Price Evaluation Preference will be given to quotes from HUBZone Small Business Concerns by adding a factor of 10 percent to all applicable quotes in accordance with FAR Subpart 19.1307; and, a Price Evaluation Adjustment will be given to quotes from Small Disadvantaged Business Concerns by adding a factor of 10 percent to all applicable quotes in accordance with FAR Subpart 19.11.

The applicable North American Industry Classification Standard (NAICS) code is 562111 (Solid Waste Collection) with a size standard of $11.5 million. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA’s Small Business Size Regulations, http://www.sba.gov/regulations/121/.

The solicitation, REQUEST FOR QUOTATION (RFQ) HSCG84-08-Q-AA7222, will be issued on or before 20 AUGUST 2008 with a closing date of receipt of quotes on or before 05 SEPTEMBER 2008, which will be posted on the Governmentwide Point of Entry (GPE) at http://www.fedbizopps.gov. No paper copies of the solicitation and/or amendments will be distributed. It is the potential offeror's responsibility to monitor this avenue (FEDBIZOPPS) for release of the solicitation and any subsequent amendments. If you have any questions, you may contact the Contract Specialist, Ms. Maria L. Negron, at (757) 628-4113 or via e-mail at Maria.L.Negron@uscg.mil. 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 http://www.ccr.gov/ or by calling 1-888-227-2423.

The solicitation will be issued in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5 -- Test Program for Certain Commercial Items.

CURRENT CONTRACT INFORMATION: Refuse and Recycling Collection and Disposal Services are currently provided at AIRSTA Borinquen by E.C. Waste, Inc. d/b/a Waste Management of Puerto Rico, Caguas, PR under contract DTCG84-03-N-AA7062, which was awarded 17 September 2003, effective 01 October 2003, and expires 30 September 2008. The contract was solicited utilizing full and open competition and awarded in the amount of $113,021.12 for a Base Year (10/1/03 – 9/30/04) plus Four Option Years for a total value of $586,689.30. After several scope changes and decrease in estimated quantities usage, the current five year value is $452,944.90.

Shredding Services

Solicitation Number: VA-244-08-RP-0331

Agency: Department of Veterans Affairs

Office: Altoona VAMC (Also see Erie VAMC)

Location: Department of Veterans Affairs Medical Center

This is a 100% Set Aside for SDVOSB(Small Disadvantaged Veteran Owned Small Businesses). Contractor to furnish all necessary equipment, labor, materials, and supervision to provide shredding services at four VA locations: VA Medical Center, Altoona, PA; Outpatient Clinic,Dubois, PA; Outpatient Clinic in Johnstown, PA; and Outpatient Clinic, State College, PA. Contractor will provide and maintain locked collection bins for all locations. All shredding services will be conducted on site using the cross cut method. Contractor will empty all collection bins at a minimum frequency of once every week. NAICS code is 562998. Small Business Size Standard is $6 million. The government intends to award a firm fixed price contract in accordance with all terms, conditions, provisions, and specifications of the Solicitation for a Base year and Four(4) Options to renew. A pre bid conference is scheduled for Wednesday, August 20, 2008 at 2:00pm local time at the VA Medical Center, 2907 Pleasant Valley Blvd.,Altoona, PA in Building 2, Room 106. All bid packages are available only on line AT WWW.FEDBIZOPPS.GOV; AS WELL AS ANY AMENDMENTS TO THE SOLICITATION. NO TELEPHONE REQUESTS WILL BE ACCEPTED. All respondents must complete vetbiz registration at www.vip.vetbiz.gov and must be registered at www.ccr.gov for bids to be accepted. Email your questions to Jean.Gelbke@va.gov. Bids will be opened publically on Wednesday, September 24, 2008 at 2:00pm local time.

Document Shredding Contract

Solicitation Number: VA-261-08-RP-0255

Agency: Department of Veterans Affairs

Office: VA Palo Alto Health Care System

Location: Department of Veterans Affairs Palo Alto Health Care System

The Western States Network Consortium of the Department of Veterans Affairs is contemplating a multi-VISN contract(s) for onsite document shredding to be performed to meet the standards of VHA Directive 6371 and NIST Special Publication 800-88, Guidelines for Media Sanitization. The contract(s) will encompass the regions of VISNs 17-22. There will be multiple awards made based on geographic location. The contract(s) will be for a base period with four (4) one-year option periods to extend the term of the contract(s). The magnitude of this acquisition is between $4 to $5 million and is subject to the availability of funds. North American Industry Classification System (NAICS) Code 561990 and a small business size standard of 500 employees are applicable to this acquisition. VHA Directive can be found pasted here.

NIST Special Publication 800-88 can be found at the following link:

http://csrc.nist.gov/publications/nistpubs/800-88/NISTSP800-88_rev1.pdf

This sources sought notice is an important component of the contracting officer's market research efforts to gauge the interests and capabilities of small business concerns to develop an acquisition strategy to acquire double depth concrete lawn crypts that provides maximum practicable opportunities to small businesses, consistent with the policy of the United States Government. The resulting market research will be used to determine whether any type of total or partial small business set-asides may be employed in the conduct of the acquisition. In the event the acquisition is conducted using full and open competition, the Government contemplates including non-price related evaluation factors that will provide additional scoring for Service-Disabled Veteran-Owned Small Business (SDVOSB) offerors, Veteran-Owned Small Business (VOSB), and for other firms that propose to use eligible SDVOSBs and VOSBs in performance of the contract.

Public Law (P.L.) 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, establishes a statutory hierarchy within VA acquisitions that places SDVOSBs and VOSBs, first and second, respectively, as highest priority sources and provides VA with extraordinary authorities to conduct set-asides for both types of business and under certain circumstances make sole source awards to these firms. In order to be eligible for awards under P.L. 109-461, firms must be registered in the Vendor Information (VIP) Database and verified as eligible by VA. Firms may register in the VIP Database at www.VetBiz.Gov. In addition, large businesses may only take subcontracting credit under P.L. 109-461 for SDVOSBs and VOSBs if they are registered in VIP and verified by VA as eligible.

Interested firms with the requisite capabilities and resources to provide these items must notify the contracting officer by January 4, 2008 by 4:30 p.m., Eastern Standard Time. Interested firms should respond to the following:

(1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a prime contractor, provided document shredding for projects of similar size and scope (Government or commercial) within the last three years as described in the brief description of project above? If yes, please provide the following information on your three most recent projects:

(a) Contracting Agency Address & contracting officer's name and telephone

number.

(b) Contract Number, date and amount of award, date of completion

(c) Description of Items/Services provided under the contract.

(d) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor.

(e) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer.

(2) What are your firm's capabilities to meet the standards listed in NIST Special Publication 800-88?

(3) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics.

(4) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition, ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency (COC) to your firm or teaming partners when the matter was referred to SBA for review and consideration?

(5) What is the socioeconomic status of your firm? (Please check all that are applicable):

______ Service-Disabled Veteran-Owned Small Business*

______ Veteran-Owned Small Business*

______ Section 8(a) Certified Small Disadvantaged Business

______ Historically Underutilized Business Zone (HUBZone) Certified Small Business

______ Woman-Owned Small Business

______ Small Disadvantaged Business**

______ Other Small Business

*SDVOSBs and VOSBs must be registered in the Vendor Information Pages (VIP) Database and determined eligible by VA to receive awards for acquisitions under P.L. 109-461. Firms may register at www.VetBiz.Gov.

**Section 8(a), HUBZone and Small Disadvantaged Businesses must be certified by SBA.

(6) Please include any additional information in your response that will assist the contracting officer in determining that your firm is capable of performing the resulting contract in the quantities and timeframes indicated.

Please e-mail your responses and any relevant information regarding specific performance or other qualifications, no later than September 8, 2008, 2008 by 4:30 p.m., Pacific Time, to Pamela Mondrey, Contracting Officer, at pam.mondrey@va.gov. Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer.

If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this notice and the questions contained herein.

Technical and Other Information:

This is not a solicitation and should not be construed as such. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information/sources sought notice. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a guarantee of award or a specific acquisition strategy.

Contracting Office Address:

VA Palo Alto Health Care System;3801 Miranda Avenue; Palo Alto, CA 94304

Point of Contact(s):

pam.mondrey@va.gov