Paper and Commingled Container Recycling
Calvert County, Maryland
STATEWIDE RECYCLING SERVICES
State of Maryland
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.
Contact: Michelle S. Frierson Title: Procurement Officer
E-Mail: Emaryland@Dgs.State.Md.Us
Address: Bid/Proposal Administration
301 W Preston Street, Room M-4
City: Baltimore State: Md Zip: 21201
Phone: (410) 767-3002 Ext: Fax: (410) 333-5482
Scrap Metal Recycling
Regional District of North Okanagan, British Columbia
The Regional District of North Okanagan (RDNO) oversees the operation of five (5) Recycling and Disposal Facilities (RDFs) where scrap metal is collected;
- Greater Vernon Recycling and Disposal Facility (120 Birnie Road, Vernon)
- Armstrong/Spallumcheen Recycling and Disposal Facility (3367 Powerhouse Road, Armstrong)
- Lumby Recycling and Disposal Facility (221 Trinity Valley Road, Lumby)
- Kingfisher Transfer Station (150 Beattie Road, Mabel Lake)
- Cherryville Transfer Station (205 Aumond Road, Cherryville)
The RDNO is seeking quotations from qualified Contractors to process, transport and market collected scrap metal from these facilities with a return of revenue to the RDNO.
For more information contact: Dale Danallanko, Recycling and Disposal Facilities Coordinator, Regional District of North Okanagan, 9848 Aberdeen Road, Coldstream, British Columbia, V1B 2K9. Phone: 1 (250) 550-3744. Fax: 1 (250) 550-3701. Email: dale.danallanko@rdno.ca.
Solid Waste Refuse and Recycling Services
Concord, NH General Services Department Solid Waste Division
Waste & Recycling Removal
Ingham County, Mich.
Ingham County is seeking bids for waste and recycling removal services at nine (9) Ingham County Facilities.
Residential Solid Waste Removal, Hauling, Disposal, Recycling, and Composting Services
Grand Haven, Michigan
The City of Grand Haven, Michigan will accept proposals for Residential Solid Waste Removal, Hauling, Disposal, Recycling and Composting Services for the City of Grand Haven.
Scrap Metal Collection & Recycling Services
City of Anaheim, Calif.
Glass Recycling Facilities and Services for the Resource Recovery Fund Board
Province of Nova Scotia
Glass Recycling Facilities for the Resource Recovery Fund Board Inc. (RRFB)
The RRFB is preparing to conduct a competitive procurement for the establishment and operation of a glass recycling facility for Nova Scotia.
The RRFB is in the process of developing their approach to the procurement and resulting contract and is seeking input from potential facility and service providers.
The RRFB will be hosting a briefing session to present the current thinking on the initiative and describe the process for providing input. The session and subsequent feedback process will:
1. Inform vendors of the nature of the impending opportunity,
2. Provide the RRFB with a better understanding of the capabilities and interests of specific vendors and vendor types, and
3. Identify any vendors’ concerns, preferences or recommendations regarding the procurement and contracting strategy or strategies under consideration.
Participating vendors will be invited to review the material provided at or following the session and to provide feedback on specific issues that will be identified during the briefing.
The briefing will take place at the RRFB office, 14 Court Street, Suite 305, Truro, Nova Scotia on Tuesday February 24, 2009 from 10:00 to 11:00 a.m.
Vendors who wish to attend, either in person or by web/conference call, are requested to indicate their intentions by emailing:
Jerome Paris
Director of Operations
Debris Debris Removal from Barges NY48 and NY49 at the Caven Point Marine Terminal,
Caven Point, New Jersey
Solicitation Number: W912DS-09-T-0009
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: U.S. Army Engineer District, New York
The New York District U.S. Army Corps of Engineers proposes to issue a Request for Quote (RFQ) for the award of a firm-fixed contract for Drift Debris Removal from barges NY48 and NY49 at the Caven Point Marine Terminal, Caven Point, New Jersey. The contractor shall remove and dispose of debris consisting of various sizes of wood, pilings, wreckage, wrecks, fiberglass boats, plastics, Styrofoam, metals, rubber tires, metal and concrete found drifting in New York Harbor and from pier demolition / harbor cleanup projects. The material from the pier demolition / harbor cleanup projects may be accompanied by encrusted mud and earth as a result of the removal process.
This is a five years contract will be commence at date of award. The debris to be removed will be stored on Government Barges NY 48 and NY 49 and possibly barges belonging to Government contractors working on government pier demolition / harbor cleanup projects. It is estimated that the contractor will be required to remove the wood and debris three (3) to four (4) times per year, when ordered to do so by the U.S. Army Corps of Engineers. The frequency of removal may increase due to the quantity of wood and debris made available from pier demolition / harbor cleanup.
The Government Barges NY 48 and NY 49 hold approximately 250 short tons (ST) of debris each. The Government contractors barges hold approximately 500 ST each. The contractor will be given written notification in the form of a task order to remove debris from Government or Government contractors barges. The Government barges NY 48 and NY 49 can be towed by Government vessel at the contractors request within a five (5) nautical mile radius of Caven Point Marine Terminal, Jersey City, N. J. The Government contractors barges can be towed by their own vessels or by a commercial tugboat at their expense.
Towing shall be to a location agreed to by Physical Support Branch personnel in New York Harbor and its tributaries. The Government and Government contractor barges can be towed at contractors expense by commercial tugboat to a location agreed by Physical Support Branch personnel in New York Harbor and its tributaries within a twenty-five (25) nautical mile radius from Caven Point Marine Terminal. The Government Barges NY 48 and NY 49 must stay on an inland route when being towed and cannot cross the line of demarcation to ocean route. Contractor must arrange docking space at the facility the barges are towed to and assure at least one (1) foot clearance at mean low water (MLW) under the barges at the dock. The approximate draft of the NY 48 and NY 49 is eight (8) feet but this must be verified before the barges are towed to the offloading facility. At no instance shall the barges be allowed to go aground.
The contractor will be responsible for the barges while they are in his / her possession. The contractor, at his / her expense, will be required to repair all damages to or caused by the barges while in its possession. The contractor shall dispose of maximum of 50% of the debris at a landfill. A minimum of 50% of the debris must be disposed of by recycling. 100% of the debris may be recycled. Recycling includes environmentally acceptable reuse of material in present form, processing of material for reuse, resource recovery, etc.
The contractor must assure compliance with appropriate Federal, State and / or Local regulations and obtain the appropriate authorization and permits at his / her expense. Contractor is required to set up a containment boom around the work area while unloading debris from the barges so as to entrap any wood that falls into the water. The contractor must pick up all floating debris that falls into the water.
Contractor is required to unload one (1) Government storage barge if requested. This project is being solicited as Small-Business Set-Aside procurement. The applicable NAICS code is 562119 with a size standard of $12.5 M. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at http://www.fbo.gov. Project Scope of Work are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader.
Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments that may be issued to the solicitation.
Utilization of the internet is the preferred method. Registration Requirements: DFARS 252.204-7004 required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirement may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Specifications for solicitation document W912DS-09-T-0009 will be available on or about 27 Feb 2009.
The Request for Quotes will be due on 20 Mar 2009 at 2:00 P.M (Eastern Standard Time). Faxed quotes will be accepted at Fax: 212-264-3013. The Contract Specialist for this procurement is Renee George, Phone: 917-790-8177, or via email renee.george@usace.army.mil. The Technical Manager is Puntung Siu at 917-790-6202.
Contracting Office Address: US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
Refuse And Recycling Collection And Disposal Services At U.S. Coast Guard Aviation Training Center Mobile, Al
Solicitation Number: HSCG84-09-Q-AA8304
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: Commander (fcp), USCG Maintenance and Logistics Command - Atlantic
This acquisition is to provide all labor, materials, equipment, transportation and supervision necessary for Refuse and Recycling Collection and Disposal Services at U.S. Coast Guard Aviation Training Center Mobile, AL. The period of performance is one base year, beginning 1 May 2009 through 30 April 2010, with nine one-year options. The government will award a contract from this request for proposals to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and past performance considered. This solicitation is 100% Certified HUBZone Set-aside participation.
The NAICS Code is 562111. The size standard is $11.5 million. All responsible sources may submit an offer, which will be considered by this agency. The quotation package shall be available by accessing FedBizOpps.Gov on or about 27 February 2009. No paper copies of the solicitation will be distributed. Amendments to the quotation will also be provided on the Internet using the same protocol listed above.
Contracting Office Address: 300 East Main Street, Suite 965, Norfolk, Virginia 23510-9113
Scrap Metal Pickup at VA San Diego Scrap Metal
Solicitation Number: VA-262-09-RQ-0166
Agency: Department of Veterans Affairs
Office: Long Beach VANLO
Location: Department of Veterans Affairs
Sources Sought - For potential sale of Scrap Metal. The Department of Veterans Affairs Healthcare System, has a requirement for the drop off of empty dumpsters and pickup of full dumpsters of scrap metal products. Anticipated need for service is three times monthly or as needed. This is for reclaimable/recyclable metal contract. VA location to be serviced: San Diego VA Medical Center. Please advise if your firm is a small business, and if so, what category.
Contractor to provide all labor, transportation and expertise necessary to fulfill requirements. NAICS Codes are 562920 and 562119. Contact Timothy E. Prather, Contracting Officer at 562-826-5186 or email: timothy.prather@va.gov.
You may mail to Timothy E. Prather Network 22 Logistics Office, 5901 East 7th Street, Long Beach, CA 90822-5201. Pursuant to the requirements set forth by the General Services Administration (GSA) "Sale of Government Property General Sale, Terms, and Conditions", Standard Form 114c.
Contracting Office Address: Department of Veterans Affairs; Network 22 Logistics Office;5901 E. 7th Street; Long Beach CA 90822
Point of Contact(s): Timothy Prather, Contract Specialist, 562-826-5186
Base Refuse and Recycling Services
Solicitation Number: FA4803-09-R-0002
Agency: Department of the Air Force
Office: Air Combat Command
Location: 20 CONS
RFI/Sources Sought for On-site Shredding
Solicitation Number: VA-263-09-RI-0168
Agency: Department of Veterans Affairs
Office: Iowa City VAMC
Location: Department of Veterans Affairs Medical Center
This is a SOURCES SOUGHT notice. The Department of Veterans Affairs (VA), Veterans Affairs Medical Center (VAMC) - Iowa City VA is interested in identifying sources capable of providing on-site shredding services in accordance with the Statement of Work (SOW) included within this notice.
In your response please identity your company name, point of contact with contact information, and indicate if you're capable of providing the services to the standards identified in the SOW. Additionally, please identify your business size, and if you are (by the definitions in the FAR) any of the following: Small Business, 8(a) disadvantaged, disadvantaged, woman-owned, veteran-owned, service disable veteran owned or HUB Zone certified.
Your response shall be submitted no later than 4:00 P.M. CST, February 27, 2009 to Contract Specialist, Matthew E. Null at matthew.null@va.gov or fax to (319) 887-4957. All information furnished in response to this RFI shall be furnished at no cost or obligation to the Government. This is not a Request for Quote, Invitation for Bid, or a Request for Proposal, but rather for gathering information on interested parties only.
NAICS Code 561990, Size Standard $7Million. Solicitation is tentatively scheduled to be issued on or about March 9, 2009. Only electronic copies of the solicitation will be made available. Interested parties should contact the Contract Specialist by email.
Contracting Office Address: Department of Veterans Affairs; Contract Management (90C); 601 Highway 6 W; Iowa City IA 52246
Point of Contact(s): Matthew E. Null Contract Administrator 319-688-3839; matthew.null@va.gov.
Statement of Work - Shredding of Sensitive Information
Summary: This contract is for services to shred and dispose of paper, and other media that contain sensitive information from the medical center.
Scope of Work: The Department of Veterans Affairs (VA) Iowa City Medical Center intends to use the services of a contractor to shred VA records and other materials throughout the year, and at various locations. Records may contain carbon paper, binders, folders, DVDs, CDs, VHS tapes, and other non-paper materials. Papers must be shredded to NIST 800-88 Guidelines for Media Sanitation, which require shredders to have cross-cutting capabilities which produce particles that are 1 X 5 millimeters in size, or disintegrator devices with a 3/32 inch security screen. All shredding must be done on-site at the Iowa City VA Medical Center, at the Community-based Outpatient Clinics (CBOCs), or other leased/rented locations identified below.
a. The contractor shall provide all labor and equipment and shall be responsible for disposing of all shredded materials. Contractor will clean up any residual material before leaving the site.
b. Contractor is responsible for maintaining liability insurance for the duration of the contract and for following all pertinent federal and state regulations with regard to transportation and destruction of classified medical documentation.
c. While on VA Medical Center premises, contractor employees will wear a company uniform and a visible identification badge which contains a photograph of the employee. All contractor vehicles and collection bins will be clearly identified with the company's name.
d. The contractor will provide the service identified in this contract, twice weekly between the hours of 1:00 pm and 8:30 pm, Monday through Friday at the Iowa City VA Medical Center. Service for the CBOC's and other locations will be determined by clinic staff and the Contracting Officer's Technical Representative (COTR).
e. The contractor will provide a schedule for shredding times to the COTR. Once the schedule is established, all shredding will occur on the same two days of the week. If the regularly scheduled shredding day falls on a national holiday, the contractor can perform the service either the day prior to or the day after the holiday, and will inform the medical center of the revised shredding day.
f. The contractor will recover material to be shredded from BS-10. The material will be in the contactors' large locked centrally-located containers. Material will be collected throughout the VAMC facility by internal staff, and brought to BS-10. At the off-site locations, the contractor will recover the contractors' large locked centrally-located containers, and return them.
g. The contractor will be responsible to ensure that contractor employees coming to the work site will receive the information required above.
h. The contractor will be responsible to ensure contractor employees providing work on this contract are fully trained and completely competent to perform the required work. The contractor is also responsible for completing background investigations on all personnel who will be on site. The results of the background investigations must be furnished to the ISO, Contracting, and the COTR prior to the contractor's employees entering the medical center. The contractor will have a Quality Assurance Plan to assure material is shredded to guidelines, and maintenance is performed on all equipment.
Equipment: The contractor shall provide mobile equipment to do all shredding. Equipment shall be capable of cross-cutting the paper material. Contractor will provide large locking central collection containers to collect shredding material.
Deliverable: Contractor will normally shred materials twice weekly. Any additional service requests shall be provided within 48 hours after the contractor is notified by the medical center.
Quantities: The medical center estimates 100,000 lbs of material to be shredded annually, and reserves the right to increase or decrease the quantity of material.
Additional Requirements:
1. Certificate of Destruction: A Certificate of Destruction shall be provided after each job. The contractor shall give the certificate to the ISO and the Chief, HIMS.
2. VA Handbook 6300.1 "Records Management Procedure" shall be applicable to all record/microfiche destruction. The procedure reads: "The authorized destruction of records that are classified or otherwise restricted from disclosure by statute, such as Privacy Act of 1974 or Title 38 USC, must be witnessed by a Federal employee or a contractor employee. If a contract is used to dispose restricted VA records, the facility Records Officer must authorize the use of a contractor or subcontractor employee to witness the destruction.
The contractor must provide documentation that the contractor employee is authorized to witness destruction of the record. Resale of VA records for use as records or documents is prohibited.
3. Confidentiality of Material Destruction: Contractor personnel shall maintain the confidentiality of the material to be destroyed. Any contractor personnel found to be reading any of the medical center materials shall be promptly removed from the government premises. The person/s involved shall not be allowed to return to the medical center for any future service requests.
4. Storage: The VA will provide a room to be used by the contractor as a collection/storage area for the shredding materials. This room is intended for the storage of vendor containers.
5. National Holidays: The ten holidays observed by the Federal Government are:
New Year's Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas
And any other holiday specifically declared by the President of the United States to be a national holiday.
6. HIPAA: The contactor will have to complete a standard Business Associate Agreement (BAA) in accordance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA) after award.
7. Estimated Shredding Services:
25 to 40 large (over 50 gallons) containers at the following location,
VAMC Iowa City
601 Hwy 6 West, Iowa City, IA 52246
2 to 4 large containers will be needed at the following locations;
Coralville Outpatient Clinic, 520 10th Ave., Coralville IA 52241
Quad Cities Outpatient Clinic, 2979 Victoria St., Bettendorf, IA 52722-2784
Waterloo Outpatient Clinic, 1015 S. Hacket Rd., Waterloo, IA 50701
Dubuque VA Clinic, 200 Mercy Drive, Suite 106, Dubuque, IA 52001
Galesburg Outpatient Clinic, 387 Grove St., Galesburg, IL 61462
Quincy Outpatient Clinic, 721 Broadway, Quincy, IL. 62301
PIP Office Bldg, 2650 Mormon Trek Blvd. ,Iowa City, IA 52240
Post Office, 400 S. Clinton St., Iowa City, IA 52246
Homeless Outreach Center, Rock Island
2 other CBOC's are being planned, but no addresses are available.
Contracting Office Address: Department of Veterans Affairs; Iowa City VAMC;601 Highway 6 W.; Iowa City IA 52246
Place of Performance: Department of Veterans Affairs; Iowa City VA Medical Center; Contract Management (90C);601 Highway 6 W; Iowa City, IA 52246
Point of Contact(s): Matthew E. Null, matthew.null@va.gov.
Shred Services for HHS Facilities in the DC Metro Area
Solicitation Number: PSC-SHRED-09
Agency: Department of Health and Human Services, Program Support Center
Division of Acquisition Management
Please refer to the attached SF-1449 and Statement of Work Continuation, and all other attachments for instructions on how to submit a proposal for this requirement.
Please consult the list of document viewers if you cannot open a file.
PSC-SHRED-09 Cover Letter.doc (46.00 Kb)
SF-1449.doc (261.00 Kb)
Description: SF-1449
PSC-SHRED-09 Statement of Work.doc
Contracting Office Address: Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland 20857
Primary Point of Contact: Brendan J Miller, brendan.miller@psc.hhs.gov, Phone: 301-443-5241, Fax: 301-443-3849.
Secondary Point of Contact: Donald S Hadrick, Contracting Officer
donald.hadrick@psc.hhs.gov. Phone: 301-443-3459, Fax: 301-443-3849
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