FRONT LOADER STYLE, TWO CUBIC - REFUSE CONTAINERS
Orange County, Calif.
John wayne airport (jwa) is soliciting bids from contractors Interested in entering into a one-time contract for front loader Style, two cubic - refuse containers.
Bidders are advised to carefully read the county terms and conditions, Including the insurance requirements, prior to submitting a bid.
February 5, 2009 - bids are due (by 4:00 p.m.)
This ifb is available via email, fax or us mail. To obtain a copy of This ifb please contact one of the following: Ria Medina at mmedina@ocair.com, phone (949) 252-5231, Fax: (949) 252-5225, Hollie Hajdukrovic at hhajdukovic@ocair.com, Phone: (949) 252-5235, (949) 252-5225. For questions, please contact: Ms. Duyen lac at: dlac@ocair.com,
When requesting a copy of this ifb, please include your name, company Name, address, email address, phone number, fax number and in which Manner you would like to receive the ifb.
File folder: a11014
Fluorescent Lamp, High Intensity Discharge (Hid) and Electric Light Ballast Recycling
Clemson University
Furnishing, Installation & Recycling of Carpet
Jackson County, MO
To receive the bid send an e-mail to tballard@jacksongov.org. In the subject head include the words Bid No. BB20091 Furnishing, Installation
Electronics Recycling Services
El Paso County, Colorado
El Paso County (County) is soliciting bids from qualified, experienced companies (bidders) to provide end-of-life scrap electronics (e-scrap) recycling services to the County.
The objective of this Invitation for Bids (IFB) and any resulting General Services Contract is to provide resource(s) for assisting the County in collecting, consolidating, and assuring the environmentally responsible recycling of e-scrap collected from County residents. In addition, the selected contractor may be requested to provide recycling services for e-scrap generated by the County. With the exception of written permission from the County, no e-scrap under this IFB is to be refurbished, reused, donated, resold or otherwise reprocessed except for disassembly intended for recycling into new products.
The County reserves the right to award contracts to multiple contractors if such is deemed to be in the best interests of the County.
Furnish Recycling Containers and Provide Routine Recycling Removal and Disposal Services
Various Locations within Montgomery County, Maryland
All interested parties must contact the buyer listed for this project and use the following information when requesting a copy of this solicitation for M-NCPPC's IFB No. B29-155 "Furnish Recycling Containers and Provide Routine Recycling Removal and Disposal Services at Various Locations within Montgomery County, Maryland". Copies are not available electronically and will not be faxed. A Pre-Bid Conference is scheduled for January 21, 2009, at 2:00 P.M., and will be held at Parkside Headquarters, Employee Lounge, located at 9500 Brunett Avenue, Silver Spring, Maryland 20901. Attendance at this conference is not mandatory, but strongly encouraged for those firms planning on submitting a bid.
Contact: Tina Baham, Maryland National Capital Parks & Plan Procurement, SUITE 300, 6611 Kenilworth Ave., Riverdale State : MD Zip: 20737. E-mail: Tina.Baham@MNCPPC.org, Phone: (301) 454-1602 Ext: Fax: (301) 454-1606.
STATEWIDE RECYCLING SERVICES
State of Maryland
Region a - bidders fixed rate, cents on the dollar amount revenue for recycled paper for a period of three (3) years beginning may 1, 2009 through april 30, 2012 in accordance with the terms, conditions and specifications. The state reserves the unilateral right to renew for an additional two (2), one-year periods in accordance with terms, conditions, and cost. . Bidders must enter their percentage rate for shared revenue for recycled paper as a decimal, i.e. 5%=.5. You must bid line 002 if you submit a bid for line 001.
Michelle s. Frierson, procurement officer, e-mail: emaryland@dgs.state.md.us
Address: BID/PROPOSAL ADMINISTRATION, 301 W PRESTON STREET, ROOM M-4, BALTIMORE, MD 21201. Phone: (410) 767-3002 Ext: Fax: (410) 333-5482
For more details click on the following link
Recycling & Secure Data Destruction - MVA Statewide
Maryland Veterans Administration
Complete recycling & secure data destruction services at MVA's 24 locations Statewide to include pick-up, transport and processing. Download attached IFB for detailed specs.
Contact: Zakiyyah Rashid Title: PROCUREMENT OFFICER
Address: Motor Vehicle Administration E-mail: zrashid@mdot.state.md.us.
Phone: (410) 768-7076 Ext: Fax: (410) 768-7090
MES Project ID No. 09-08-37 Equipment Rental, Transportation, and Disposal of Scrap Tires During the 2009 Citizen Scrap Tire Drop Off Day Project
State of Maryland
The Maryland Environmental Service (MES) is soliciting competitive sealed bids from qualified contractors to provide services associated with the 2009 Citizen Scrap Tire Drop-Off Day Project, a statewide project executed on a regional basis. The Contractor(s) shall provide services to include rental of transportation equipment, transportation, and disposal of all scrap tires collected. Contractors must have a valid scrap tire hauler’s license issued by the Maryland Department of the Environment to participate in the project. Participating counties have been grouped into five (5) regions and are as follows: Region 1: Anne Arundel, Calvert, Charles and St. Mary¿s Counties Region 2: Caroline, Cecil, Kent, Queen Anne’s, and Talbot Counties Region 3: Carroll, Frederick, Howard and Washington Counties Region 4: Dorchester, Somerset, Wicomico, and Worcester Counties Region 5: Garrett and Allegany Counties Each region will conduct its event on a designated Saturday in April/May 2009.
Each of the five regions is individually awardable; MES reserves the right to award a contract for each of the five (5) designated regions separately. A Bidder may bid on one or more regions; however, the Bidder is required to bid on all counties in a given region in order for the bid to be deemed responsive. BONDING REQUIREMENTS: Each of the bid items identified as Regions 1, 2, 3, 4, and 5, on the bid form(s) shall be evaluated separately for award. Bid security is required in the amount of not less than 5% of the bid price for any single item whose bid price exceeds $100,000. In addition, for all contracts in excess of one hundred thousand dollars ($100,000) the successful bidder shall also be required to furnish a payment bond in an amount equal to 100% of the value of the contract. MBE SUBCONTRACT PARTICIPATION: MBE subcontract participation goals have been established on a regional basis and are as specified in the Scope of Services.
Prospective bidders may search the Maryland Department of Transportation (MDOT) MBE Directory online for certified Minority Business Enterprises by accessing the MES website at http://www.menv.com/mbe.shtml.
Copies of the Directory are also available on computer disk and can be obtained by contacting MDOT at 410-865-1269. Both the minority and non-minority prime submitting a bid shall attempt to achieve the MBE subcontract participation goal established in the Invitation for Bids. The MBE prime may not use its workforce to achieve the established MBE subcontract goal.
TERM OF PERFORMANCE: The contract allows nineteen (19) calendar days for completion of the project, commencing with the Notice to Proceed issued by MES. Dates for each region are specified in the Scope of Services. Failure to adhere to the specified time schedule may result in assessment of liquidated damages as specified in the Scope of Services.
PRE-BID CONFERENCE: A Pre-Bid Conference will be held on January 5, 2009 at 1:00 PM, at MES Headquarters, located at 259 Najoles Road, Millersville, MD 21108. The purpose of the Pre-Bid Conference is to allow potential bidders the opportunity to familiarize themselves with and ask questions about the work. Bidders are solely responsible for becoming acquainted with the documents prior to submitting a proposal.
OBTAINING BID DOCUMENTS: **THIS BID PACKAGE IS SENT ELECTRONICALLY ONLY. Bid documents may be obtained by contacting the Procurement Office Monday through Friday during the hours of 8:00 AM to 4:00 PM. Please provide the contact name, company name, shipping address, phone and fax number, when requesting solicitation packages. Fax: 410-729-8280 E-mail: procurement@menv.com
Delivery Information: KELLY J. RYAN Title: ASST. CHIEF, PROCUREMENT & CONTRACTS, Maryland Environmental Service E-mail: procurement@menv.com. Phone: (410) 729-8510 Ext: Fax: (410) 729-8280
Imaging, Print and Electronic Document/Records Management
University of British Columbia
The University recognizes the need to manage print, imaging and electronic document/records management services in a more integrated way and to pursue the acquisition and implementation of electronic recordkeeping solutions in order to achieve optimum financial, administrative and service benefits. The University also recognizes the need for maximizing the value-producing functions of the investment in imaging, print and electronic document/records management and that the business relationships that the University enters into have the potential to enhance education and research.
Consequently, the University requires a strategy and an implemented managed imaging, print and total document management environment that will proactively and creatively address (but is not limited to) the identification and strategic management of areas to improve printing and full report metrics, and to develop a sustainable cost model.
Respondents are invited to elaborate on how they could contribute to, or support, the University in improving business processes and accelerate the implementation of the Guiding Principles for Administrative Practices which includes: "All documents and administrative services are available on the web with a common, consistent, well-designed interface.
University business is done using computer-based systems; paper forms are no longer needed. There is secure identification of the participants in all transactions."
For more information contact: Frost, Michael, Procurement Team Leader - Infrastructure & Technology, University of British Columbia, Supply Management Department, 1st Floor, 2075 Wesbrook Mall, Vancouver, British Columbia, V6T 1Z1
Residential Curbside Recycling
City of Nanaimo, British Columbia
Sealed tenders, clearly marked "Tender for Residential Curbside Recycling Service" will be received by the Director of Legislative Services up to 2:00 p.m. local time, February 5, 2009 at the Legislative Services Office, City of Nanaimo 455 Wallace Street, Nanaimo, BC, V9R 5J6, and will be opened in public in the Board Room, 455 Wallace Street, at 2:15 p.m. on the same date. Tenders received after the noted due time will not be considered.
Tenderers are advised that a compulsory pre-tender meeting will be held at Nanaimo, BC, Public Works Yard, 2020 Labieux Road, on January 29, 2009 at 10:00 a.m. to 11:30 a.m. to answer any questions regarding the proposed Agreement.
It is the sole responsibility of the person(s) submitting to deliver the tender to the City of Nanaimo office of the Director of Legislative Service before the closing time.
The work consists of collection, processing and marketing of residential recyclable materials.
This tender is subject to the MASH Procurement Agreement Annex 502.4.
Tender documents are available at the City of Nanaimo Purchasing Department, 2020 Labieux Road, Nanaimo, BC Telephone 250-756-5319
All inquiries shall be directed to G.R. Franssen, Manager of Sanitation & Recycling Telephone 250-758-5222.
The City of Nanaimo reserves the right to waive informalities in, or reject any or all tenders, or accept the tender deemed most favourable in the interest of the City.
For more information contact: Gibson, Gail, City of Nanaimo, Purchasing Department, 455 Wallace Street, Nanaimo, British Columbia V9R 5J6, Phone: 1 (250) 756-5319, Fax: 1 (250) 756-5327, Email: gail.gibson@nanaimo.ca.
Sale Of Scrap Metal
DeKalb County, GA
Solid Waste & Recycling Removal
Solicitation Number: VA-248-09-RQ-0211
Agency: Department of Veterans Affairs
Office: West Palm Beach VAMC
Location: Department of Veterans Affairs Medical Center
The Department of Veterans Affairs Medical Center, 7305 N. Military Trail, West Palm Beach FL will Negotiate a Sole Source Contract with Waste Management of Palm Beach for the Hauling of recyclable cardboard general solid waste, Leasing and Hauling of construction & debris waste, Hauling of Landscape waste etc. for a period of base year and four 1 year options renewals.
The West Palm Beach VAMC is located within the city of Riviera Beach (City). The Cityhas in effect local ordinance [Section 17.5 Solid Waste Management], which mandates that the city is responsible for the collection and transportation of solid waste pursuant to Florida Statute 403.706, Local Government Solid Waste Responsibilities.
Section 17.5-6 [Collection by City] of the local ordinance states in part that no other person or entity shall collect, convey over any of the streets or alleys of the city, or dispose of any refuse accumulated in the city.
If you have any question please fill free to e-mail me at juanitalyons@va.gov. Contracting Office Address: Department of Veterans Affairs;West Palm Beach VA Medical Center;7305 North Military Trail; Palm Beach Gardens FL 33410-6400
Place of Performance: VA Medical Center;7305 N. Military Trail;West Palm Beach, FL, 33410
Point of Contact(s): Juanita Lyons, Contract Specialist, (561)422-6516, juanita.lyons@va.gov.
Refuse And Recycling Collection And Disposal Services At U.S. Coast Guard Aviation Training Center, Mobile, Al
Solicitation Number: HSCG84-09-REFUSEMOBILE
Department of Homeland Security, United States Coast Guard (USCG)
Commander (fcp), USCG Maintenance and Logistics Command - Atlantic
This is a SOURCES SOUGHT NOTICE to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA to identify sources capable of providing refuse and recycling collection and disposal services for Coast Guard Aviation Training Center, Mobile, AL for a base plus nine option years, if exercised by the Government, beginning 1 May 2009. The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to perform these services. At this time, no solicitation exists: therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.
Vendors having the skills and capabilities necessary to perform stated requirement are invited to provide information to contribute to this market survey/sources sought including, commercial market information and company information via e-mail to the Contract Specialist at danielle.e.tonsel@uscg.mil or facsimile (757) 628-4135, no later than 30 January 2009. Past performance information shall include recent and relevant contracts for the small or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries.
Responses should also include the following information: company name, address, point of contact, phone number and e-mail address; business size and disadvantaged, 8(a) Service-Disabled Veteran-owned Small Business Concerns (SDVOSB), or HUBZone status; corporate affiliations; potential joint venture partners, teaming partners, and or major subcontractor or (prime). The applicable NAICS code is 562111 with a Small Business 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 .
This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any in formation provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement.
Contracting Office Address: 300 East Main Street, Suite 965, Norfolk, Virginia 23510-9113
Place of Performance: U.S. Coast Guard AviationTraining Center, 8501 Tanner Williams Rd., Mobile, Alabama 36608
Primary Point of Contact.: Danielle E Tonsel, Contract Specialist, dtonsel@mlca.uscg.mil, Phone: 757-628-4120