Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending Nov. 14.

Trash Removal and Recycling, Dulles Airport

Washington Dulles Airport

Description: The Contractor shall furnish all necessary vehicular/trucking equipment, labor, material, tools, and supervision to perform refuse removal and recycling services at Washington Dulles International Airport.

Due Date for Proposals: December 4, 2008

LDBE Requirement: 25%

Click here for more information

VC for Pick up and Recycling of Used Batteries

City of Milwaukee, Wis.

Click here for more information 

Recycling Paper/Miscellaneous Services

California Department of Corrections & Rehabilitation

Location(s): Madera

The Contractor agrees to purchase and remove various recyclables as listed on Exhibit B-2 and reimburse CDCR for such items. Contractor shall furnish all labor, including travel and per diem, materials, nonconsumable supplies, transportation, equipment, and every other item of expense necessary to removed said recyclables for the California Department of Corrections and Rehabilitation, Central California Women’s Facility (CCWF) located at 23370 Road 22, Chowchilla, California 93610.

Contact Debbie Fernandez, 916.229.5036, Email Address debbie.fernandez@cdcr.ca.gov.

Cardboard Recycling Services for the Governor Hugh J. Gallen Office Park

State of New Hampshire

Click here for more information 

Solid Waste Removal and Recycling Services

Solicitation Number: GS-04P-09-EW-C-0014

Agency: General Services Administration

The General Services Administration has a requirement for Solid Waste Removal and Recycling Services at multiple locations located in Ft. Lauderdale and Miami, FL. The Contractor shall provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) necessary to perform solid waste removal and recycling services. The period of performance will be for a base year from February 1, 2009 through January 31, 2010 and will include four one-year option periods that may extend contract performance. This procurement is unrestricted full and open competition. Estimated contract cost is between $100,000 and $250,000 for the base year. The North American Industry Classification Code (NAICS) is 562111.

The Central Contractor Registration (www.ccr.gov) database is a part of the Business partner network, an e-gov initiative. As of October 1, 2003, all government contractors were required to be registered in CCR prior to receiving an award. The solicitation will be issued on November 15, 2008. The solicitation document will only be available for electronic download from the Federal Business Opportunities website (www.fbo.gov). No hard copies of the solicitatoin will be available.

Proposals will be due on December 16, 2008 by 3:00 PM Eastern Time. All future information regarding this acquisition, including any solicitation amendments, will be distributed solely thru (www.fbo.gov). All interested parties are responsible for monitoring (www.fbo.gov) to ensure that they have the most up-to-date information regarding this procurement. Email or fax any questions regarding this acquisition to Wesley Zehms, Contracting Officer, at wesley.zehms@gsa.gov;  fax @ 404-331-4104.

Shredder Services

Solicitation Number: W911S0

Department of the Army, Army Contracting Agency, North Region

ACA, NRCC, Installation Support Division - Eustis

This is a combined synopsis/solicitation for commercial services 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. The solicitation number for this procurement is W911S0-09-Q-0001 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-27 and Defense Federal Acquisition Regulation Supplement Change Notice DCN 20081020. For informational purposes the North American Industry Classification System (NAICS) code is 541990, All Other Professional, Scientific and Technical Services. This acquisition is being solicited as full and open competition. This is a firm-fixed price acquisition and will be procured using commercial item procedures and award selection will be based on lowest price and technically acceptable.

The Contractor is to provide McDonald Army Health Center (MCAHC), Building 576, Fort Eustis, and its outlying buildings; Fort Monroe, and Fort Story with secure, on-site destruction of sensitive documents, hard drives and CDs containing patient and employee personal identifiable information.

Contract is for one (1) base year and four (4) option years. Please see attached Performance Work Statement (PWS) for complete description of services.

CLIN 0001 Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for base year is 24 November 2008 thru 30 September 2009.

CLIN 1001 Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for first option year is 1 October 2009 30 September 2010.

CLIN 2001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for second option year is 1 October 2010 30 September 2011.

CLIN 3001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for third option year is 1 October 2011 30 September 2012.

CLIN 4001 - Shred personal and medical material and Privacy Act information. Services to shred material on site, MCAHC, Fort Eustis; Fort Monroe, Building 82; and Fort Story, Building 649, and The Warrior Transition Unit (WTU). Period of Performance for fourth option year is 1 October 2012 30 September 2013.

The technical expert will evaluate the quotes by comparing the information furnished by the offeror and specifications provided in the PWS. The PWS and Performance Requirement Summary (PRS) are attached. The following clauses are hereby incorporated: FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.212-1, Instructions to Offerors Commercial Items; 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; FAR 52.219-6, FAR 52.222-3 Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004)(E.O. 13201); FAR 52.222-50, Combating Trafficking in Persons (AUG 2007); FAR 52.225-1, Buy American Act-Balance of Payments Program Supplies; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payments; FAR 222-41, Service Contract Act of 1965 (NOV 2007)(41 U.S.C. 351, et seq.); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989)(29U.S.C. 206 and 41 U.S.C. 351, et. seq.); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (NOV 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992); DFARS 252.204-7004, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Payment by Third Party, 52.232.36; DFARS 252.232-7003, Electronic Submission of Payment Requests; Wage Determination No.: 2005-2543.

The offerors quote shall contain the following information: offerors quote number, date, name, address, terms of any warranties, pricing for the whole year, any discount terms, best delivery date for FOB Destination, shredder procedures, type of machinery to be used, acknowledgement of all RFQ amendments (if applicable), and provide a Quality Assurance Surveillance Plan. Quote shall also contain all other documentation specified herein. Late offers: Quotes or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ once a technical evaluation of offerors quotes has been evaluated to determine technical acceptability.

Response Time: All quotes will be accepted at the Mission & Installation Contracting Center located at 2746 Harrison Loop, Fort Eustis, VA 23604-5292, no later than 1200 EST on 20 November 2008. All quotes shall be marked with the Request for Quotation Number, Date and Time. Facsimile and electronic mail proposals will be accepted. Note: All offerors shall be registered in the Central Contractor Registration (CCR) before being considered for award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Offerors shall include completed copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. Quotations may be submitted via fax to 757-878-2904 or by e-mail to juanita.meredith@us.army.mil, or mailed and received before the deadline to the attention of Juanita Meredith at Mission & Installation Contracting Center - Fort Eustis, 2746 Harrison Loop, and Fort Eustis, VA 23604-5292.

Trash and recycling services

Solicitation Number: 11132008-RECYCLE

Department of Energy, National Security Technologies LLC (DOE Contractor)

National Security Technologies LLC

National Security Technologies is seeking sources for Waste hauling and Recycling at our North Las Vegas & Las Vegas facilities and the Nevada Test Site.

Interested parties are to send 1 page capability statement to Jeanette Matthews at matthejl@nv.doe.gov

Responses are due by December 1, 2008.

Contracting Office Address:

PO Box 98521

Las Vegas, Nevada 89193

Primary Point of Contact.:

Jeanette L Matthews

matthejl@nv.doe.gov

Phone: 702-295-2700

PRINTER CARTRIDGE RECYCLING PROGRAM

Solicitation Number: RFI_2109209CAO999

Department of Homeland Security, Transportation Security Administration

The Transportation Security Administration (TSA) is issuing this Request for Information (RFI) to identify potential offerors who are capable of providing support for the TSA Office of Occupational Safety, Health and Environment’s (OSHE) toner and inkjet printer cartridge recycling program. This is not a request for proposals or quotes, and may not result in a procurement. If a future procurement is forthcoming, it will be synopsized in FedBizOpps.

Through a narrative description, the contractor’s capabilities statement must demonstrate their experience to provide the boxes, mailing labels, and recycle the cartridges in accordance with all environmental laws, regulations, and executive orders. In addition, the Contractor shall identify the costs the TSA would incur (if any) using their printer cartridge recycling contract. In addition, the TSA is also interested in learning what incentives if any, the vendor has implemented with other clients to help increase the usage of the printer cartridge recycling program.

The information requested above must be submitted in writing, shall not exceed four (4) pages, and should be organized in accordance with the instructions in the attached document in order to permit a thorough and accurate review and evaluation by the TSA. Responses to this RFI must be submitted to the TSA via electronic mail to Sahar.Greeley@dhs.gov not later than 5:00 PM EST, 24 November 2008.

Primary Point of Contact: Sahar R Greeley, Contract Specialist, sahar.greeley@dhs.gov, Phone: 571-227-4429, Fax: 571-227-3219.

No more results found.
No more results found.