Municipal Solid Waste Service (Curbside Garbage / Recycling Collection)
City of Cumberland, Md.
Mixed Scrap Metal Recycling Services
Miami/Dade County (Florida)
The purpose of this solicitation is to establish a revenue generating service contract for the removal and recycling service of various mixed scrap metals in conjunction with the County's needs on an as needed basis.
30 Yard Front Loader Refuse Collection Truck
Lake County, Fla.
The purpose of this solicitation is to establish a contract for the long term lease of a new thirty (30) yard front end loading refuse collection truck that will be used for picking up standard recycling containers for the Department of Environmental Utilities, Recycling Division in conjunction with the County's needs.
Waste Tire Recycling, Removal and Final Disposal
State of Arizona
Scrap Metal Disposal Services
Piqua, Ohio
Tire/Scrap Rubber Disposal, Removal, and Recycling at Fort Bliss, TX
Solicitation Number: SP4410-09-Q-3001
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) SP4410-09-Q-3001. This RFQ is for the Defense Reutilization and Marketing Service (DRMS), a Primary Level Field Activity (PLFA) of the Defense Logistic Agency (DLA), headquartered in Battle Creek, Michigan.
This announcement is a supplement to the full RFQ. This RFQ is for a contractor to provide for removal, disposal/recycling of used tires/scrap rubber at DRMO Fort Bliss, TX. This procurement is issued as a 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 562219. The planned result of this RFQ is to issue a firm fixed price single award contract. Questions regarding this combined synopsis/RFQ must be submitted in writing to Andrea Tichenor via e-mail at andrea.tichenor@dla.mil. Questions must be submitted no later than 0900 Eastern Standard Time (EST) on Friday 19 December 2008. To obtain a copy of the full RFQ access the DRMS homepage at http://www.drms.dla.mil/. On the left side of the web page, click on PROCUREMENT, then click on CURRENT SOLICITATIONS, and then locate the RFQ identified above. Alternatively, the entire solicitation package is also attached here with this announcement. See Paragraph E.5 of the solicitation for Quote Submission Instructions. Quotes are due by 1400 EST on Monday, 29 December 2008.
Contracting Office Address: Federal Center, 74 Washington Avenue North, Battle Creek, Michigan 49037-3092
Primary Point of Contact: Andrea Tichenor, Contracting Specialist, andrea.tichenor@dla.mil, tel. 269-961-7392, Fax: 269-961-7392
Recycle Trailers
Solicitation Number: W16XU783110301
Department of the Army, Army Contracting Agency, North Region
ACA, Fort Drum
AMENDMENT NOTICE: 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 W16XU783110301 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 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 2008-12-15 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602
The USA ACA Ft. Drum requires the following items, Meet or Exceed, to the following:
LI 001, Furnish recycle dump trailer to Fort Drum NY. Trailer must meet or exceed the following required specifications
AXLE: tandem 7000lb GVW: 14000lbsTIRES: 16"Hydraulic control: wireless remote, Pump: electric over hydraulic Brakes: electric on both axles with breakaway: Total capacity: 20 cubic yards. Frame: 2" x 4" x 3/16" steel tubing4 individually dumping bins attached to the trailer constructed of 12 gauge steel, containing up to 5 cubic yards with hydraulic side dumping. Paint finish: sandblasted, urethane primer, 2 coats Alkyd enamel paint. (this should be applied to all metallic surfaces due to harsh winter conditions).Loading doors: poly lids on both sides of the bin Jack: 7000lb tongue, drop leg Hitch: Pintle Payload: at least 7,350lbsFenders: constructed of 11 gauge steel Easy grease axle hubs Lighting: DOT compliant lighting Street legal and capable of traveling up to 55 MPH Overall dimensions of trailer should not be more than 7' high, not less than 26' long and 96" wide with the bin opening height between 54" and 58" and the dump clearance for the bins between 36" and 40".
Contractor should furnish brochure or specs on quoted trailer., 4, EA;
For this solicitation, USA ACA Ft. Drum 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. Drum 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.
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 joshua.kaufmann@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation.
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items.
The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business 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; 52.222-36, Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation - 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023 and its ALT III, Transportation of Supplies by Sea.
IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Lowest Price technically acceptable.
IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov.
IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/
Shipping is FOB Destination CONUS (CONtinental U.S.).
Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered.
New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Submitted Quotes will be valid for 45 days after the auction closing.
No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis.
This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).
IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 with a small business size standard of 500 employees.
If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address to below. All other agency-level protests should be sent to the contracting officer for resolutions.
HQ Army Materiel Command Office of Command Counsel9301 Chapek Rd, Room 2-1SE3401Fort Belvoir, VA 22060-5527Facsimile number (703)806-886 or 8875
Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE34011412 Jackson Loop, Fort Belvoir, VA 22060-5527
The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp
Point of Contact(s): Name: Josh Kaufmann, Title: contract specialist, Phone: 3157726524, Fax: 3157726406, Email: joshua.kaufmann@us.army.mil;
Provide on-site shredding services to dispose of 100K pounds of documents per year
Solicitation Number: W91QF409Q0004
Department of the Army, Army Contracting Agency, North Region
Location: ACA, Fort Leavenworth
The Mission and Installation Contracting Command DOC Leavenworth, 600 Thomas Ave, Fort Leavenworth, KS. 66027 intends to issue a solicitation to provide on-site shredding services to dispose of 100K pounds of documents per year. Shredding shall be conducted at Warehouse 341 between 0730 am and 3:30 pm Monday through Friday excluding Federal holidays.. All shredding shall be cross-cut with a final shredded size of not more than 1 x 1. Shredding will be spaced out through the year, and is not expected not exceed more than two scheduled shredding dates per month. Shredded material shall be removed by the contractor and disposed of at an authorized location. The Government anticipates a solicitation release date on or about 12 December 2008. Award of a Firm Fixed-Price contract is anticipated; and award will be made to the offeror who provides a proposal that best meets the Governments objective. The anticipated period of performance will consist of a one-year base period of performance plus four one-year option periods of performance, should the Government choose to exercise them. All requirements, evaluation criteria, basis for contract award and proposal due date will be provided as part of the solicitation package. This procurement is set-aside 100% for Small Business concerns only; under NAICS Code 561990 and who meet the small business size standard of $7 Million. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov. The solicitation and any documents related to this procurement will be available at the Government wide Point of Entry at http://www.fbo.gov/ and https://acquisition.army.mil/asfi. Requests for printed copies of the solicitation will not be accepted. Any questions regarding this requirement shall be addressed to William Webb, william.king.webb@conus.army.mil. No telephone inquiries will be accepted.
Point of Contact(s): william webb, 913 684 1623
Latest from Recycling Today
- 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
- Oregon county expands options for hard-to-recycling items
- Flexible plastic packaging initiative launches in Canada