Requests for Proposal (RFPs) for the Week

The following are RFPs posted for the week ending Feb. 8.

Price Agreement for Integrated Curbside Refuse and Recycling Collection Services: Zone TRZ--1, TRZ-9, and TRZ-13

Howard County, Md.

Pre-bid conference will be held in the Purchasing Conference Room, Gateway Building, 6751 Columbia Gateway Drive, Suite 501, Columbia, Maryland 21046 on Thursday, February 19, 2009 at 10:00 a.m. to discuss objectives and answer questions relating to this invitation to bid

Buyer: Helen M. Ashley, CPPB at hashley@howardcountymd.gov.

Click here to view the bid

Waste Tires: Removal, Processing and Recycling for the DNR from Northshore Mining Company Property

MN Department of Natural Resources

Click here to view the bid

Belts for Conveyors at Recycling Center, Contract #CC-08-09

Somerset County, NJ

Click here to view the bid

Recycling Containers

Mount Clements, Mich.

The City of Mount Clemens is accepting sealed bids for Recycling Containers until Tuesday, February 10, 2009. Please call the Purchasing Department at 586-469-6818 x 319 for specifications.

Contact Information: One Crocker Blvd., Mount Clemens, MI 48043

Electronic Equipment Recycling

Fulton County, Ga.

Fulton County Government ("County") is seeking qualified firms to provide Electronic Equipment Recycling for the General Services Department. There is no cost to obtain the bid document and there will be no pre-bid conference.

Click here to view the bid

Electronics Recycling Services

El Paso County, Colorado

Click here to view the bid 

Solid Waste & Recycling

Livermore, California

The City of Livermore, California is requesting proposals for the collection and processing of solid waste, recyclable materials, and compostable materials.

Copies of this Request for Proposal (RFP) may be obtained in person or by written request from:

HF&H Consultants, LLC

2175 North California Boulevard, Suite 990

Walnut Creek, CA 94596

Attn: Tracy Swanborn, (925) 977-6963, tswanborn@hfh-consultants.com

Click here to view the bid 

Proper Disposal of Residential Newspapers from the City Recycling Drop-off Centers

City of Knoxville

Click here to view the bid

Proper Disposal of Residential Recycling Materials from the City Recycling Drop-off Centers

City of Knoxville

Click here to view the bid

Recycling Receptacles

City of Rochester

Click here to view more information 

Surplus Scrap Metal Sale

Hot Springs, Arkansas

Click here to view the bid 

Sale of Scrap Vehicles

Fulton County, Ga.

Click here to view the bid 

Onsite Destruction of Confidential Records

California Agency Department of Mental Health

The Department of Mental Health, Patton State Hospital (PSH) is requesting services for onsite destruction of confidential records at 3102 E. Highland Ave., Patton, CA, 92369.

Bid Submittal Deadline 3/9/2009 3:00 PM

Pre Bid Conference Information

Conference Date/Time 2/26/2009 1:00 PM

General Services Module, 3102 E. Highland Ave., Patton, CA 92369

Refuse Removal and Recycling Services

Solicitation Number: W911SG-09-R-0005

Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bliss, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812

Place of Performance:

ACA, Fort Bliss Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX, 79916-6812.

Point of Contact(s): Donna Manson, (915)568-2503

Used White Ledger And Mix Paper And Old Corrugated Cardboard And Used Oil

Solicitation Number: SSALE

National Aeronautics and Space Administration, Langley Research Center, Office of Procurement

Sale Number: 803301-09001Bid Opening and Time: March 10, 2009 at 2:00 PM EST

Bid Opening Location: National Aeronautics and Space Administration Langley Research Center Bldg. 1169, Room 113 Hampton, VA 23681-2199Inspection: February 17, 18, and 19, 2009

BY APPOINTMENT ONLY

Call Dave Steigerwald at 757-864-8058Property Location: NASA Langley Research Center4 South Marvin Street, Hampton, VA 23681-2199Sales Contracting Officer: Theresa F. Elliott757-864-3570Property to be Sold: Used White Ledger, Mix Paper, Old Corrugated Cardboard, and Used Oil Scope of Contract and Property Description: This contract is for the purchase of an accumulation of surplus personal property consisting of used Baled White Ledger, Mixed Paper, Old Corrugated Cardboard, and Used Oil located at NASA Langley Research Center in Hampton, Virginia.

Accumulation of recycled products by NASA will be placed and/or located in the Recycling Facility or other designated areas for purposes of this award. Award under this contract does not grant the successful bidder right to all recyclable products that are generated in the award location. The property offered is an estimated quantity, weight and quality of recyclable products based on the best available information to the Government at the time of issuance of this contract.

The Government does not guarantee, in writing or by implication, these estimated weights and quality of the recyclable products. Award will be made on the highest price bid per standard ton (2, 000 lbs.) on lot numbers1, 2 and 3. Award will be made on highest price per unit for lot number 4. Bidders are not required to bid on all items offered. Do not insert plus (+) or minus (-) symbols on the bid page as any bid with a +/- symbol will be rejected as non-responsive. Property Description: Lot Number 1Baled White Ledger: May consist of sorted, unprinted or printed white ledger or bond writing and computer printout. Bales will be compressed into secure uniform bundles, with a minimum weight of 1,500 lbs. Bales will be tied with wire. Annual estimated weights: 91 Tons Lot Number 2Mixed Paper: May consist of assorted paper of various grades or types of fibers.

Paper will be accumulated in Gaylord boxes. Approximately 7 tons of Bell Atlantic Phone Books is included in the annual estimated weights. Annual estimated weights: 32 Tons Lot Number 3Old Corrugated Cardboard: May consist of clean sorted printed or unprinted corrugated cardboard cartons, boxes or sheet, or Kraft or jute liner content. Bales will be compressed into secure uniform bundles, with a minimum weight of 600 lbs. Bales will be tied with wire. Annual estimated weights: 25 Tons Lot Number 4Used Oil: May consist of a mixture of petroleum-based lubricants and synthetic lubricants with adequate BTU value for energy recovery. Moisture content should not exceed 5%.Prior to shipment, the Government will test the oil for Metals, BTU, Total Halogen, Flashpoint, and PCBs. The purchaser will be provided with the analytical results that indicates compliance with 49 CFR 279 prior to each shipment. Annual estimated amounts: 8,000 gallons Other NASA Terms and Conditions for this sale exist. Due to the limitation of this field, contact Theresa F. Elliott, Sales Contracting Officer, for a complete solicitation package. Additional Info:

Contracting Office Address: NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

Point of Contact(s): Theresa F Elliott, Sales Contracting Officer, Phone 757-864-3570, Fax 757-864-8803, Email t.f.elliott@larc.nasa.gov  - Deborah L. Ford, Contract Specialist, Phone 757-864-6755, Fax 757-864-9097, Email Deborah.L.Ford@nasa.gov

Refuse and Recycling Services

Solicitation Number: F1V3M28318A003

Department of the Air Force, Air Combat Command

This notice is issued to notify qualified and interested sources of an upcoming commercial requirement in accordance with Federal Acquisition Regulation Subpart 12.602 for Refuse and Recycling Services. The contractor shall provide for all supplies, shipping costs, and labor requirements, and plans to fulfill the entire requirement. The base performance period is to be 1 April 2009 to 30 September 2009. Four option years will follow.

This solicitation will be set aside as Competitive 8(a). The North American Industry Code is 562111 and the Small Business Size Standard is $11,500,000. The solicitation will be issued electronically on or approximately 13 February 2009. The solicitation may be obtained by downloading through FedBizOpps (www.fbo.gov).

Hard copies will not be available. Offerors must register in the Central Contractor Registration (CCR), online at www.bpn.gov/CCR/scripts/index.html and must also register at the Online Representations and Certifications Application (ORCA) website - orca.bpn.gov/. Only one contract will be awarded. Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award.

Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Technical acceptance will be evaluated on a pass/fail basis. To be considered technically acceptable, the contractor must submit all requirements out lined in the Addendum to 52.212-1 to be released at the time of solicitation.

The offeror's past performance will be considered significantly more important than price. No phone calls will be taken on this solicitation until it has been publicly released. Preferred method of communication will be e-mail.

Contracting Office Address: 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota 57706-4904

Primary Point of Contact.: Anthony C. Lee, Contract Administrator, anthony.lee@ellsworth.af.mil

Phone: (605) 385-1722. Fax: (605) 385-1741

Secondary Point of Contact: Kenneth M Tritsch, kenneth.tritsch@ellsworth.af.mil Phone: 605-385-1740. Fax: 605-385-1741

Recycling Services for the Bureau of Census, Jeffersonville, IN

Solicitation Number: GS05P08GAE0029

General Services Administration, Public Buildings Service (PBS)

Property Management Division, Regional Procurement Branch (5PTP)

This procurement is for the purchase of all recyclable materials from the Bureau of Census in Jeffersonville, IN. This procurement is a set aside for small business concerns only. The North American Industry Classification System (NAICS) code is 562111 with a size standard of $11.5 million. This will be a one (1) year contract with four (4), one-year options. The solicitation will be issued on/about February 20, 2009. The solicitation will only be available on www.FedBizOpps.gov. All government contractors are required to be registered in CCR prior to receiving an award. You may access CCR at the following URL www.ccr.gov. All future information regarding this acquisition including solicitation amendments will be distributed solely thru the FedBizOpps website. All interested parties are responsible for monitoring the FedBizOpps website to ensure that they have the most up-to-date information about this acquisition. Email all questions regarding this notification to the Contracting Officer, Ms. Belinda Arthur at belinda.arthur@gsa.gov.

Contracting Office Address: 610 S. Canal Street, 10th Floor, Chicago, Illinois 60607

Place of Performance:

U.S. Department of Commerce, Bureau of Census, 1201 East Tenth Street, Jeffersonville, Indiana 47132

Primary Point of Contact.: Belinda L Arthur, Contracting Officer, belinda.arthur@gsa.gov. Phone: (312) 886-6909. Fax: (312) 353-0240

Brass Recycling

Solicitation Number: BRASS-RECYCLING

Department of Homeland Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC.

The Government is issuing this sources-sought announcement as part of a market research effort to find contractors qualified to purchase and remove accumulations of surplus property consisting of empty brass cartridge cases (brass) and plastic packaging trays that retain the cartridges (plastic) from Immigration and Custom Enforcement (ICE) locations nationwide, and to include all Organizational Element (OE) locations under the Department of Homeland Security. The locations will include Alaska, Hawaii, and Puerto Rico.

The estimated quantities of existing brass and plastic at the various locations are unknown. The contractor will not be obligated to make a pickup of less than 500 pounds for locations within the 48 contiguous states, and 1,500 pounds for locations outside the 48 contiguous states.

Submission of interest should include the following information:

1. A reference to the title "Sources Sought Notice – Brass Recycling;"

2. Company name and address;

3. Company's point of contact name, phone, fax, and email;

4. Company size – if a small business, specify if your company is or is not each of the following:

(a) small disadvantaged business;

(b) Hubzone business;

(c) woman-owned business;

(d) 8(a) business;

(e) veteran owned business;

(f) disabled veteran owned business.

5. State if the company is a U.S. or foreign owned company

6. Which product (brass, plastic, or both) your company would be able to purchase.

7. Provide the company’s DUNS number and Central Contractor Registration (CCR) status

Information submitted in response to this Notice will be treated as potential source selection sensitive information, and not generally releasable to the public. This is a Sources Sought Notice for planning purposes and shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. The Government does not intend to award a contract on the basis of this Sources Sought Notice. The Government will not pay for any material provided in response to this market research nor will the Government return any data provided.

Responses to this Notice should be sent to Dana Funk (dana.funk@associates.dhs.gov) by close of business on 17 February 2009.

Contracting Office Address: 425 I Street, NW, Washington, District of Columbia 20536

Primary Point of Contact.: Dana Funk, Contract Specialist, dana.funk@associates.dhs.gov.

Phone: 202-732-2642

Secondary Point of Contact: Carmen G. Rios, Deputy Assistant Director, Carmen.Rios1@dhs.gov. Phone: 202-732-2645. Fax: 202-732-7201

Request for Information Regarding Open Ocean Dead Ship Towing of MARAD Non-retention Vessels.

Solicitation Number: DTMA1Q09007

Department of Transportation, Office: Maritime Administration (MARAD)

Regarding the Ability to Conduct Open Ocean, Dead Ship Tows of Maritime Administration Non-Retention Vessels to Recycling Facilities

The Maritime Administration (MARAD) Office of Ship Disposal (OSD) is soliciting potential Sources to Accomplish Open Ocean Dead Ship Tows of Suisun Bay Reserve Fleet Non-Retention Vessels from San Francisco Bay California to Facilities Located in Texas and Louisiana for Recycling

The MARAD Office of Ship Disposal awards contracts to qualified domestic recycling facilities for the disposal of obsolete, non-retention ships located at MARAD's Suisun Bay Reserve Fleet (SBRF). The non-retention ships have no operational systems and are not capable of operating under their own power. OSD seeks information from companies having the interest, resources and capability to safely tow obsolete merchant-type vessels in a dead ship condition from the San Francisco Bay area of California via the Panama Canal to one of a number of facilities in the states of Texas and Louisiana.

The OSD anticipates the award of contracts to qualified domestic facilities for the disposal (recycling) of several obsolete SBRF ships on an annual basis. Currently there are no operational ship recycling facilities on the West Coast. The nearest operational recycling facilities are located in Texas necessitating a 5,000+ nautical mile open ocean tow from the San Francisco Bay area in California through the Panama Canal for delivery of the obsolete ships to domestic facilities in the Gulf of Mexico. The ships selected for disposal will undergo tow preparations by San Francisco Bay industrial activities through separate contract actions and in advance of scheduled tows.

The purpose of this announcement is to solicit interest, information and input from companies with proven resources and expertise to safely accomplish open ocean tows of obsolete U.S. Government owned merchant-type ships of various sizes and designs. It is anticipated that a Request for Proposal or Invitation for Bid will be posted in March 2009.

Sources responding to this announcement are expected to address:1. Experience in dead-ship towing in U.S. domestic and international waters including transits of the Panama Canal;2. Towing resources available to tow merchant-type of various size and design between 1,500 and 25,000 gross tons; 3. Capability, including limitations, to accomplish single and tandem tows;4. A rough order of magnitude cost and estimated time for the single and tandem tow of nominal C3-S-37c breakbulk ships; LOA 495 ft; Beam 69 ft; Light Ship Draft 12 ft; Design Displacement 16,860 LT; Light Ship 5,880 LT from San Francisco Bay California via the Panama Canal to the following Gulf of Mexico ports:" Brownsville, TX" Beaumont, TX" New Orleans, LA.

It is not the Maritime Administration's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. It is emphasized that this announcement is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited.

Responses are requested not later than 4:00 PM Eastern time February 18, 2009. Please submit your responses electronically (in pdf) to john.desch@dot.gov. Submissions should not exceed ten pages in length.

Point of Contact: John Desch Title: Maritime Administration Contracting Officer Phone: 202-366-4356 Fax: 202-366-3237 Email: john.desch@dot.gov. DOT/Maritime Administration, MAR-380 1200 New Jersey Ave SE, MAR380 W26-429 Washington DC 20590

Place of Performance: Start Point will be the San Francisco Bay area. End point will be recycling facilities in Texas, New Orleans and/or Virginia. Alternatively, an end point will be the Beaumont Reserve Fleet in Beaumont Texas.

No more results found.
No more results found.