Deskside Waste Bins and Recycling Bins
City of San Antonio, Tex.
Top Loading Recycling Body
City of Santa Fe, NM
Trash Hauling & Recycling at Denver International Airport
City of Denver, Co.
Click here for more information
Processing and Marketing of Scrap Metal Recyclable Materials
City of Spokane, Wash.
Development of a construction & demolition debris recycling marketing and communications plan
Portland (Oregon) Metro
Metro intends to hire a consultant to research and develop a new plan to guide the developmnent and delivery of education, outreach and technical assistance for the construction industry.
Waste Recycle Containers And Compactor
Maricopa County, Arizona
Collection And Hauling Of Refuse And Recyclables From District 3 (N. Dorchester) And 7 (S. Dorchester) For The Period July 1, 2009, To June 30, 2014
City of Boston
The City of Boston, acting by its Commissioner, invites sealed bids for the performance of the work generally described above, and particularly set forth in the Invitation for Bids which may be obtained at the Contract Office, Room 715, City Hall, Boston, Mass. commencing @ 9:00 a.m. on MONDAY, March 9, 2009. Invitations for bids shall be available until the time of the bid opening.
There will be a charge of five dollars ($5.00), NOT REFUNDABLE, for each set of contract documents taken out.
Every sealed bid shall be submitted in accordance with the Invitation for Bids.
Sale of Recyclables Ferrous and Non-Ferrous Metal
Escambia County, Fla.
Recycling Services
Solicitation Number:
FA4608-09-Q-S097 Notice Type:
Combined Synopsis/Solicitation Synopsis:
Added: Mar 06, 2009 11:10 am
This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-09-Q-S097, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-30 effective 17 Feb 2009). The North American Industry Classification System (NAICS) number is 562111, and the business size is $12.5 million. The proposed acquisition is not set-aside for small businesses, but small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes.
The items being procured are:
Recycling services including recycling collection and market sales for Barksdale AFB, LA. See attached Statement of Work on pages three through ten for complete description of services required.
The offer submittal shall list the unit price as months and overall total for 12 months. Delivery requirements: The period of performance is 1 April 2009 through 31 March 2010. (*Please note performance will start on 1 April 2009*)
Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3, and follow the instruction as provided in the clause. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer.
Additionally the following clauses and provisions apply to this acquisition:
52.212-4, Contract Terms and Conditions Commercial Items
52.247-34, FOB Destination
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), 31, (c) 1, and 2.
Applicable DFARS clauses included:
252.204-7004, Required Central Contractor Registration
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items provisions 252.232-7003, 252-247-7023, 252.247-7024
The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/.
A site visit will be held on 11 March 2009 at 10:00 am at the 2d Contracting Squadron conference room located at 41 Vandenberg Ave, Barksdale AFB, LA 71110.
Offers must be received NLT 04:00 P.M. (CST), 17 March 2009, 2 CONS/LGCAA, 41 Vandenberg Ave, Barksdale AFB, LA 71110-2271. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) to the attention of Bethany McClain at (318) 456-4843. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to Bethany McClain, Contract Administrator, at (318) 456-5598, bethany.mcclain@barksdale.af.mil or Marla Poirier, Contracting Officer, at (318) 456-6887, marla.poirier@barksdale.af.mil.
The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform recycling services at Barksdale AFB, LA. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations.
The contractor shall establish vehicle routes and collection schedules. They are to be submitted to the contracting officer five (5) calendar days prior to start of contract performance. The contractor may propose adjustments to the schedule at any time but as a minimum the QAP and contractor will monitor fill capacities during the first 30 days of performance and at one other time to be agreed upon during each performance period. The QAP must be notified of pickup schedule and haul route changes. The contractor shall pick up all recyclable material on the ground within a 10 foot radius of the container. The contractor shall collect recyclable material during periods of inclement weather. In cases of severe weather, the QAP may authorize exceptions. When exceptions are granted, the contractor shall make up all missed collections within 24 hours after the severe weather has terminated, unless the QAP authorizes additional time. Estimated capacity and pickup frequency of containers is indicated in Appendix A2. The contractor is encouraged to identify changes to the capacity of containers and/or pickup frequency that improve the overall efficiency of recycling removal, and to propose these changes to the QAP. No changes are to be made until approved by the QAP. Collection of recyclable materials in all areas will be from government-provided recycling dumpsters. The contractor will be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers. The contractor shall collect recyclables placed at collection stations; high grade paper and cardboard. It is intended that the majority of recyclables will be placed in containers. The contractor shall notify the QAP of locations where recyclables are frequently placed outside of containers so the QAP may notify facility managers and, if necessary, adjust the container size or pickup frequency. The contractor will be responsible for keeping collection areas free of refuse and debris. Contractor shall pickup materials at the locations specified in Appendix A2. Hours of operation 0730-1630 hours normal work days 5 days a week, Monday through Friday.
All vehicles used in the collection of recyclable materials shall be weighed on state certified vehicle scales. Outgoing vehicle weights shall be recorded on weight tickets provided by the operator at the weigh station. The contractor shall submit a monthly report that includes weight tickets that reflect the recycled tonnage figures, date of sale, and type of vehicle. The base scale is located in the DRMO yard. The contractor shall conduct direct sales of recyclable commodities through a Qualified Recycling Program (QRP), with 100 percent of the revenues generated by the resale of recyclable commodities to be retained by the government. Military Family Housing, Commissary and AAFES cardboard are not included in this contract.
The government will provide the contractor, if he so chooses, use of the base recycling process center. The contractor may transport recyclables to a contractor-owned or third party off base facility for resale so long as government recyclable materials are weighed prior to sale. Perform daily general cleaning and perform recommended maintenance on government furnished items (Appendix C). Notify Base Civil Engineer customer service for facility maintenance or repair requirements. With the approval of the contracting officer, contractor may procure and install additional equipment as required to more efficiently process recyclable materials. Contractor-purchased equipment will be procured at the contractor's expense, owned by the contractor and may be removed upon contract completion. The government will provide utility service to the recycling process center and perform facility maintenance and repairs as required. The government will provide an office in the DRMO yard.
The contractor shall provide for the marketing of mandatory recyclable materials, high grade paper and cardboard identified by the QRP Business Plan, including transportation to the purchasers. If the contractor chooses to recycle materials other than the mandatory items he may do so. The contractor shall return 100 percent of revenues generated by sale of recyclable materials to the government. The contractor shall provide a summary of resale proceeds by type of item, along with original sales receipts for recyclable materials to the government evaluator no later than the third working day of the month following the sale month. The sales receipts shall contain the weight, type and price of the item recycled. Disposal of non-marketable materials from processing recyclable materials at an off-base facility shall be the responsibility of the contractor. This includes any recyclable material rejected for any reason. The contractor shall provide a monthly report to the contracting officer detailing total tonnage of materials collected and recycled by commodity, and gross proceeds from recyclable sales. Original sales receipts from recyclables must accompany the report. Prior month reports shall be due by the close of business on the third workday of the month. Daily submit reports that would have completion, unscheduled services, extra pickups, and other pertinent information.
The Government will provide police and fire protection. In the event of a medical emergency, ambulance service for transporting an injured employee to a local hospital is available on a cost reimbursement basis. Dial 911 for base emergencies. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the installation, shall abide by all security regulations of the installation. When any employee no longer works for the contractor at the installation, the contract manager shall return any government furnished identification card to the contracting officer's representative. Contractors shall expect delays entering the base and entry and exit of restricted areas. The contractor shall comply with all requirements and procedures IAW FAR 5353.242-9000, Contractor Access to Air Force Installations. All documentation shall be submitted at the pre-performance conference. Flightline Road access/driver familiarization training will be given by the government for all employees requiring entry within the flight line fences or facilities contained therein.
According to Department of Defense Instruction (DoDI) 3020.37, Continuation of Essential DoD Contractor Services During Crises, and the Air Force implementation thereof, unless otherwise directed by an authorized government representative, it is determined that Recycling Services requirements under this SOW are essential to be performed during a crisis.
Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base.
TABLE A1 - ESTIMATED WORKLOAD DATA
ANNUAL
1 High-grade Paper Recyclable 41 Tons
2 Cardboard Recyclable 235 Tons
TABLE A2 - QUANTITY OF CONTAINERS BY SIZE And FREQUENCY
Facility # Address Location Size CY Frequency
Cardboard
4946 Twining Dr. Recycle Center 8 Daily
4946 Twining Dr. Recycle Center 6 Daily
4946 Twining Dr. Recycle Center 6 Daily
4631 Douhet Dr. Dining Hall Back Loading Dock 8 1/2 Wks
4543 Twining Dr. Med Clinic 6 1/2 Wks
1043 185 Bossier Rd Golfcourse Clubhouse 3 1/2 Wks
3725 424 Kenney Ave. Child Development Center 3 1/2 Wks
4161 Billy Mitchell Dr. Base Service Store 6 1/2 Wks
4168 475 Rickenbacker Ave Base Motor Pool 3 1/2 Wks
4455 450 Curits Rd Back Side Of Bldg. Ce Yard 3 1/2 Wks
4666 1067 Twining Dr. Dental Clinic 3 1/2 Wks
4711 Curtis Rd. Refill Pharmacy 6 1/2 Wks
5341 41 Orvillee Wright Ave. Back Loading Dock Oss 3 1/2 Wks
5345 345 Davis Ave W. Back Dock South Personnel 3 1/2 Wks
5441 Barksdale Blvd.W Reproduction 3 4/Wk
5546 Davis Ave. 2nd Support Group / 8th Af 3 4/Wk
5454 75 Barksdale Blvd. East East End 11 Bs 3 1/2wks
5766 Lindbergh Rd. Fab Flight / Call In No Container 3 1/2wks
5778 650 Lindbergh Rd.E. Age Shop 3 2/Wk
3578 Barksdale Blvd.W Chapel #1 3 1/2wks
6225 525 Lindbergh Rd. W. 20th Bs Behind Privacy Fence 3 1/2wks
6226 821 Linbdbergh Rd. E. Target Intelligence Flightline 3 1/2wks
6237 437 Lindbergh Rd. W. Inside Hgr 12 Flight Line 3 1/2wks
6238 339 Lindbergh Rd. E. Hgr.10 / Flightline 3 2/Wk
6360 Range Rd. Mwr 3 1/2wks
6402 105 Lindbergh Rd.E. Inflight Kitchen Flight Line 6 4/Wk
6415 315 Lindbergh Rd. E. Hgr 6 Flightline 3 2/Wk
6614 817 Lindbergh Rd. E. Maintenance Shop Flightline 3 2/Wk
6628 Davis Ave. 2 Bay Hangar 3 2/Wk
6825 917th Flightline Side 3 2/Wk
6350 1125 Security Rd. 917 End Of Road 3 2/Wk
6827 Davis. 917 Prop Shop 3 1/2wks
6830 1125 Security Rd. 917th End Of Road 3 2/Wk
6564 Range Rd. Rifle Range Lock Comb #4382 3 1/2wks
7282 103 Redhorse Dr. Between Buildings 3 1/2wks
7297 3904 Ammo Dr. Trl Maint Bay 3 1/2wks
7588 Range Rd. Active Duty Csa 3 1/2wks
7625 000 Range Rd. Eod 3 1/2wks
8930 East Reservation Outdoor Recreation Cmb #8930 3 1/Wk
7135 Rod And Gun Club Lock Combo 2525 3 1/Wk
7212 Dunn Rd. Nco Leadership School 3 1/Wk
7236 Security Forces Security Forces East Side 3 1/Wk
7500 Range Rd. 608th 8th Af Detachment 3 1/Wk
5743 Aircraft Shop 4 1/Wk
Paper
4455 450 Curtis Rd Backside Of Bldg. Ce Yard 3 1/2wks
5441 40 Barksdale Blvd W Reproduction 3 4/Wk
6415 315 Lindbergh Rd. E. Hgr 6 Flightline 3 2/Wk
6614 Flight Line Maintenance Shop 3 2/Wk
4543 Twining Dr. Med Clinic 4 1/2wks
6628 Davis Ave. 2 Bay Hangar 3 2/Wk
7236 Security Forces Security Forces East Side 3 1/Wk
Quantity of Container by Size
3CY 41
4CY 2
6CY 6
8CY 2
TOTAL CONTAINER COUNT 51
GOVERNMENT FURNISHED PROPERTY/EQUIPMENT
Primary Point of Contact: Bethany McClain, Contract Administrator, bethany.mcclain@us.af.mil. Phone: 318-456-4643, Fax: 318-456-2107Secondary Point of Contact: Marla Poirier, Contracting Officer, marla.poirier@barksdale.af.mil. Phone: 318-456-2774. Fax: 318-456-2629
Remove the recyclable materials consisting of Range Related Debris (RRD) from three sites, 5.2, 2.8 and 3.3 acres on Range TA 244, Fort Leonard Wood, Missouri 65473.
Solicitation Number: W911S7-09-R-0010 Notice Type:
Presolicitation Synopsis:
Added: Mar 05, 2009 3:07 pm
Remove the recyclable materials consisting of Range Related Debris (RRD) from three sites, 5.2, 2.8 and 3.3 acres on Range TA 244, Fort Leonard Wood, Missouri 65473. The recyclable material will be placed in a dumpster at the site and disposed of by Range Control. Conduct surface and sub-surface clearance to a depth of 4-foot as required to access MEC, MPPEH, MD and RRD on three sites, 5.2, 2.8 and 3.3 acres on range TA 244, Fort Leonard Wood, Missouri 65473. Remove recyclable material similar in size to a MK2 Hand Grenade or larger from the three sites, 5.2, 2.8 and 3.3 acres on range TA 244, Fort Leonard Wood, Missouri 65473. Munitions of Explosive Concern (MEC) or Munitions Debris (MD) will be recycled and will be placed in a dumpster at the site and disposed of by Range Control after a qualified EODT UXO technician has inspected the items and deemed safe. EODT UXO technician will certify removed RRD as free from Materials Potentially Presenting an Explosive Hazard (MPPEH) and dispose of materials as appropriate from Fort Leonard Wood, Missouri 65473. The RRD material will be placed in a dumpster at the site and disposed of by Range Control. The contract is to be completed within 90 days of award. Project is an unrestricted procurement. All responsible sources may submit a bid which will be considered by the agency. A copy solicitation, W911S7-09-R-0010, will be posted on the Army Single Face to Industry (ASFI) web site at: https://acquisition.army.mil/asfi/ on or about 25 March 2009. Point of contact is Mr. Raymond Gilbreath, (573) 596-0265, raymond.gilbreath@us.army.mil
Contracting Office Address: ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
Place of Performance: ACA, Maneuver Support Center and Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO, 65473-0140
Point of Contact(s): Raymond Gilbreath, 573-596-0265
Mattress Recycling
Solicitation Number: M0031809T0155
Solicitation Synopsis: The Regional Contracting Office, Marine Corps Base Hawaii (MCBH) has a requirement for Mattress Recycling. This requirement also includes the onsite pickup of used mattresses at various locations on MCBH Kaneohe Bay, Camp Smith, and Puuloa Range. Solicitation number M00318-09-T-0155 will be released on 24 FEB 09 and will close on 27 FEB 09. A firm fixed price contract will be awarded to the lowest priced, technically acceptable offeror. This procurement is set aside for Small Businesses. The solicitation can be downloaded from the Navy Electronic Commerce Online (NECO) website, www.neco.navy.mil. Click on the URL provided below, click on Business Opportunities, and enter the solicitation number (without dashes).
https://www.neco.navy.mil/biz_ops/840-v5soln.aspx? so ...https://www.neco.navy.mil/biz_ops/840-v5soln.aspx?soln=M0031809T0155
M00318 MARINE CORPS BASE HAWAII CONTRACTING OFFICE (KANEOHE BAY) Kaneohe Bay, HI
Point of Contact(s): Sgt Aaron Ware 808-257-1262
Refuse and Recycling Services
Solicitation Number: F1V3M28318A003 Notice Type:
Solicitation Synopsis:
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.
Added: Mar 04, 2009 1:20 pm
Description: Solicitation for Refuse and Recycling Services on Ellsworth AFB, SD--FA4690-09-R-0001
PWS 12 Feb 09.doc (285.00 Kb)
Description: Attachment #1, Performance Work Statement
WD-05.doc (298.00 Kb)
Description: Attachment #2, Wage Determination REV 4
Past Performance Questionnaire.pdf (2,213.81 Kb)
Description: Attachment #3, Past Performance Questionnaire
Contracting Office Address:
1000 Ellsworth Street, Suite 1200
Ellsworth AFB, South Dakota 57706-4904
Place of Performance: 28 CES, Ellsworth AFB, South Dakota 57706
Primary Point of Contact: Anthony C. Lee, Contract Administrator, anthony.lee@ellsworth.af.mil. Phone: (605) 385-1722. Fax: (605) 385-1741Secondary Point of Contact: Chad D Miller, Contracting Officer, chad.miller@ellsworth.af.mil. Phone: 605-385-1735. Fax: 605-385-1726
Scrap Metal and Miscellaneous Government Property pickup at VA Loma Linda
For potential sale of Scrap Metal and Miscellaneous Government Property. The Department of Veterans Affairs Loma Linda Healthcare System, has a requirement for the drop off of empty dumpsters and pickup of full dumpsters of primarily 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: Loma Linda 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 E. PRATHER(562)826-5186. timothy.prather@va.gov.
Shred Services for HHS Facilities in the DC Metro Area
Solicitation Number:
PSC-SHRED-09Description:
Letter to OfferorsSF-1449.doc (261.00 Kb)
Description:
SF-1449PSC-SHRED-09 Statement of Work.doc (291.50 Kb)
Description:
SF-1449 Statement of Work, Instructions to Offerors, etcWage Determination.txt (39.88 Kb)
Description:
Attachement I - Wage DeterminationAttachment II List of Buildings.xls (22.00 Kb)
Description:
ATTACHMENT II - List of BuildingsPast Performance.doc (58.00 Kb)
Description:
ATTACHMENT III - Past Performance QuestionnaireAmendment 1
SF-30AMENDMENT 1 to Solicitation..doc (82.50 Kb)
Description:
Amendment 1Amendment 2
SF-30AMENDMENT 2 to Solicitation..doc (82.50 Kb)
Amendment 3
SF-30AMENDMENT 3 to Solicitation..doc (83.50 Kb)
Shred questions and answers.doc (34.00 Kb)
Description:
Questions and answersPSC-SHRED-09 Statement of Work Revision 3-4-09.doc (292.50 Kb)
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