Woody Debris Salvage And/Or Recycling - Riffe Lake
City of Tacoma, Washington
Off-Site Data Protection
Wake County, North Carolina
Click here for more information
Lead-Acid Battery Recycling
Wake County, North Carolina
Click here for more information
Processing and Marketing of Recyclable Materials
City of Durham, North Carolina
Click here for more information
Paper and Plastic Recycling
University of Kansas
Click here for more information
Shredders
New Hampshire Department of Insurance
Click here for more information
Refuse and Recycle Services
Solicitation Number: FA7000-09-R-0036
Agency: Department of the Air Force
Office: Direct Reporting Units
Location: USAF Academy - 10 MSG/LGC
The U.S. Air Force Academy, Colorado Springs, Colorado has a requirement for collection and disposal of refuse and recycle materials including paper, cardboard, glass, aluminum and plastic. Performance period is 7 years, base plus 6 options, Sep 09 - Sep 16. Requirement entails 6 day per week routine and on-call collections, additional container and collection support for special events, and maintenance and cleaning of containers. Estimated quantity of toters, dumpsters (including bear-proof), compactors, recycle bins and roll-off containers in use is 235 of various sizes ranging from 3 to 40 cubic yards. Generally, the contractor supplies all refuse and recycle containers except for the bear-proof dumpsters and some compactors which are government owned. Additional contractor provided containers (up to 25 30CY roll-offs) are needed for special events such as football games, sports camps, tournaments, spring clean-up, Fourth of July celebration, cadet in-processing, basic training, exercises, graduation, etc. The contractor provides qualified supervision, drivers, vehicles, equipment, containers, tools, parts, materials and other items or services as needed.
Solicitation FA7000-09-R-0036 is anticipated in early May 09 on FedBizOpps. Proposals are currently not requested. Solicitation is set aside for 8(a) small business in competitive acquisition. NAICS code is 562111. Point of contact is Thomas Rokita, 719 333-9629, thomas.rokita@usafa.af.mil.
Recycling Collection Service And Operation And Maintenance Of Recycling Centers
Solicitation Number: FA5613-09-R-0002
Agency: Department of the Air Force
Office: United States Air Force Europe
Location: 700 CONS
This is a pre-solicitation notice. The Government is not requesting proposals at this time, but will post a Request for Proposal (RFP) in the near future.
The700th Contracting Squadron (700 CONS), Ramstein AB, GE, has a requirement for the recycling collection services and for the operation and maintenance of the recycling centers to be performed in the Kaiserslautern Military Community (KMC), Germany. The anticipated award will be a Firm-Fixed Price (FFP) Requirement contract with an expected award date of 25 Aug 2009 - subject to the availability of funds. This solicitation will be unrestricted. Offerors must be registered in the Central Contract Registration (CCR). Go to the CCR website at http://www.ccr.gov/ for more information. The NAICS for this acquisition is 562111. As this is an overseas effort, The Service Contract Act (SCA) wages, Small Business Administration (SBA), and Small Business Size Standards will not apply. Interested parties should register on-line and subscribe to receive procurement announcements relating to this pre-solicitation notice by entering the website at https://www.fbo.gov/. All notifications posted here must downloaded from the website, as no paper copies will be issued. A pre-proposal conference and site visit will be conducted at the time and date specified in the request for proposal posted in the near future. Any questions relating to this pre-solicitation notice must be submitted in writing by fax, letter or email to Anja Steil at: address - 700th Contracting Squadron, LGCC, Am Opelkreisel, ROB, GEB # 164, 67663 Kaiserslautern; fax number - 0631-536-8447; or email anja.steil@ramstein.af.mil. Interested parties should reference a pre-solicitation number FA5613-09-R-0002 in any correspondence.
Primary Point of Contact.: Anja T Steil, anja.steil@ramstein.af.mil. Phone: (49) 631 536 7587. Fax: (49) 631 536 8447.
Demolition Services Of Wooden, Masonry And Concrete Structures
Solicitation Number: W9124809BA001
Agency: Department of the Army
Office: Army Contracting Agency, South Region
Location: ACA, Fort Campbell
Questions received from interested participants and our responses follow:
1. QUESTION: There are line items for 1-story and 2-story wooden buildings. What line items will be used for a masonry or concrete structure?
RESPONSE: Line Items 0008 and 0009 will be used for masonry or concrete structures.
(Note: Bid schedule is revised and attached.)
2. QUESTION: What is the interpretation of a stem wall for this contract?
RESPONSE: Stem walls are concrete or cinder block walls used for the World War II buildings and on some other buildings. If walls are not concrete block or cinder block, line items 0008 and 0009 will be used.
3. QUESTION: The offer schedule lists 15,000 LF of concrete stem wall. What are the dimensions of this wall?
RESPONSE: The stem walls will have various dimensions. The stem walls will be calculated in square/feet of surface area 8 to 14 think.
4. QUESTION: Is there a charge per ton for dumping at the base landfill?
RESPONSE: No.
5. COMMENT: I noticed that Line Item No. 0004 Disconnect sewer or gas lines is in the base year and the 1st option year but it is left out of the 2nd, 3rd, and 4th option years and it changes the item umbers of the lines in those years.
RESPONSE: Line Item No. 0004 should be included in all option years. The bid schedule has been revised.
6. QUESTION: When borrow permits are issued for fill dirt, does the contractor provide the equipment for digging?
RESPONSE: Yes.
7. QUESTION: Do soil tests have to be done on borrow dirt?
RESPONSE: No.
8. QUESTION: How many buildings are there in each year?
RESPONSE: We estimate 10 to 12 per year.
9. QUESTION: What is the demo schedule? For example: Can we do a couple of buildings at a time or is it going to be just one at a time?
RESPONSE: Quantities on delivery orders will vary; a quantity of one at a time may be ordered.
10. QUESTION: Do any of the buildings to be demo have identified asbestos containing material?
RESPONSE: Yes but asbestos will be removed prior to demo by the abatement contractor except for what is identified on the roofs. This is due to safety issues. The abatement contractor and the demo contractor shall coordinate the removal when it is on the ground.
11. QUESTION: In the contract it says that a minimum of 50% has to be recycled. Does that include concrete? Do windows and doors have to be recycled prior to start of demolition?
RESPONSE: Concrete is included. If the contractor can meet his 50% recycled requirement without the windows and doors, then recycling of windows and doors prior to start of demolition shall not be required.
12. QUESTION: Will all the haul tickets from the landfill and recycle centers be used to calculate the recycled amounts or will the actual numbers in the contract be used?
RESPONSE: The landfill tickets and all weight tickets showing diversion will be used to calculate the recycled amounts.
13. QUESTION: Are there any costs associated with permits needed for this job?
RESPONSE: No.
A scheduled site visit will be conducted on Tuesday, 19 May 2009, at 10:00 A.M. CT. Participants are required to contact Trish Launius, 270-798-7200, trish.launius@us.army.mil, to register for the site visit. Participants will meet at 10:00 A.M. CT on 19 May 2009 at the Directorate of Contracting, 2172 13 Street, Fort Campbell, KY 42223-5334.
Closing date is extended to 05-22-2009 1:00 P.M. CT. Offers must be received NLT 05-22-2009 1:00 P.M. CT. Offers must be mailed or hand delivered to the agency address shown above. Offers received after 05-22-2009 1:00 P.M. CT will not be considered for award and will be rejected.
Current Point of Contact
Trish Launius, 270-798-7200, trish.launius@us.army.mil.
Trudy Colbert, 270-798-7566, trudy.colbert@us.army.mil
Additional Info:
Contracting Office Address:
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
Secure Document Destruction
Solicitation Number: NAMA-09-R-0009
Agency: National Archives and Records Administration
Office: NAA
Location: Acquisition Center
The National Archives and Records Administration-NARA-intends to award a contract to acquire secure document destruction and recycle services for records that are ready for destruction, and to sell the resulting paper by product in order to generate revenue. All work must be performed under the terms and conditions of the contract and in accordance with the Performance Work Statement-PWS. This requirement is designed to destroy Federal Records according to the prescribed secure document destruction standards outlined in the PWS. The recyclable paper resulting from the destruction services is Government property. The Government will retain title to the paper until the paper is transferred to a buyer. The contractor will retain risk of loss from the time it picks paper up from NWE until the time the paper is transferred to a buyer. No minimum number of trailers per week is guaranteed. NARA will receive revenue from this sale. The sale of the paper for NARA by the contractor shall be performed at no cost. A copy of the RFP is an attachment to this notice.
Click here for more information
Primary Point of Contact.: Ann P Harrison, Contracting Officer, ann.harrison@nara.gov. Phone: 3018370772.
Recycling Lead Acid Batteries
Solicitation Number: RFQ-09-0169
Agency: Department of the Treasury
Office: Bureau of Engraving and Printing (BEP)
Location: Office of Acquisition
Amendment 001-This amendment is to respond to questions submitted in regards to this solicitation. Refer to the Attachment entitled "Questions and Answers". All other terms and condition remain the same.
Statement of Work.PDF (32.21 Kb)
Description:
Statement of WorkAmendment 1
Type:
Mod/Amendment
Posted Date:
May 14, 2009
Response to Questions Amd 1.doc (48.50 Kb)
Description:
Questions and AnswersContracting Office Address:
14th & C Streets, S.W.
Washington, District of Columbia 20228
Place of Performance:
Bureau of Engraving and Printing
14 St C St S.W.
Washington DC 20228-0001
Washington, District of Columbia 20228
United States
Primary Point of Contact.:
Richard Hutchinson,
Contract Specialist
Richard.Hutchinson@bep.treas.gov
Phone: (202)874-0693
Fax: 202-874-2200
Refuse And Recycling Services At The Naval Submarine Base New London, Groton, Ct
Solicitation Number: N4008509R2500
Agency: Department of the Navy
Office: Naval Facilities Engineering Command
Location: NAVFAC Mid-Atlantic, ROICC New London
The Officer in Charge requires all labor, supervision, tools, materials, equipment, and management necessary to provide refuse and recycling services at the Naval Submarine Base New London, Groton, CT.
The work identified is to be provided by means of a combination Firm Fixed Price and Indefinite Delivery/Indefinite Quantity type contract. Source Selection procedures will be used to select the proposal that provides the lowest price and is technically acceptable to the government, all offerors will be evaluated using the Lowest Price Technically Acceptable Method. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal, conforming to the Request for Proposals (RFP), will be most advantageous to the Government, price and other evaluation factors considered. The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The technical evaluation factors are: (A) Technical Approach/Management, (B) Corporate Experience, and (C) Past Performance. Offers shall be submitted for the performance of work for a period of one y! ear. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term, including the exercise of any options, shall not exceed 60 months.
The proposed procurement will be issued as a NAVFAC Electronic Facilities Support Contract with online ordering capability using DOD EMALL. Acceptance of Government Purchase Credit Cards is required along with the purchase of DOD EMALL Encrypted Software. The North American Industry Classification System (NAICS) is 562111 with a size standard of $12.5M. This competitive procurement is set-aside for small business firms only. The RFP will be available in electronic format only (Adobe Acrobat (pdf)) and will be posted on the Navy Electronic Commerce Online (NECO) website on or about April 15, 2009. Estimated proposal due date shall be at least 30 days after the RFP is posted. The site address is https://www.neco.navy.mil/. Notifications of any updates or amendments to the solicitation will be posted on the website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the Central C! ontractor Registration (CCR) database. Failure to register in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov.
Scrap Metal Pick Up and Recycle
Solicitation Number: RFQ-09-0177
Agency: Department of the Treasury
Office: Bureau of Engraving and Printing (BEP)
Location: Office of Acquisition
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6. This synopsis/solicitation is a Request for Quotation (RFQ), RFQ-09-0177, being issued by the Bureau of Engraving and Printing (BEP), Office of Acquisition Equipment and Services Division with intent to procure services for the recycling of scrap metals in accordance to the attached statement of work (SOW).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 effective on April 20, 2009. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code is 423930 with an industry size standard of 100 employees.
The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.223-3 Hazardous Material Identification, FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-34. The full text of the above referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
52.212-2 EVALUATION--COMMERCIAL ITEMS JAN 1999
(a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government shall award a contract to the Offeror that can provide a technically acceptable service. Offerors must provide documentation of their ability to meet all requirements of this solicitation. Offeror's past performance will be evaluated, Offerors are to provide three references, to include name of agency/company, telephone number, name and Point of Contact. The last evaluation criteria will be pricing. Technical and past performances, when combined, are more important than pricing.
Offerors responding to this solicitation must be registered with the Central Contractor Registration (CCR). Also interested firms are requested to submit a written quotation, which will be considered by the BEP. Questions are to be directed to Richard Hutchinson at 202-874-0693 or by e-mail at Richard.Hutchinson@bep.treas.gov questions are to be submitted no later than 12:00 noon EST on May 20, 2009. Quotes shall be submitted no later than 9:00 AM, EST May 28, 2009 to the attention of Richard Hutchinson.
IDIQ For Scrap Railroad Wheels
Solicitation Number: AB133R-09-RQ-0543
Agency: Department of Commerce
Office: National Oceanic and Atmospheric Administration (NOAA)
Location: Western Region Acquisition Division
Click here for more information
Shredding Service
Solicitation Number: FA8201-09-R-0053
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: Hill AFB OO-ALC
Click here for more information
Document Shredding/ destruction Services
Solicitation Number: W911RZ-08-D-SHREDDING
Agency: Department of the Army
Office: Army Contracting Agency, North Region
Location: ACA, Fort Carson
Click here for more information
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