Requests for the Week

The following are RFPs posted for the week ending Feb. 23.

Recycling Services

State of California Department of Corrections & Rehabilitation

Duration upon approval - September 30, 2010

License(s) Required As required per bid package

Riverside

The Contractor shall furnish all labor, recycling containers, tools, including travel and per diem, materials, non-consumable supplies, transportation, equipment, and every other item of expense necessary to perform the recycling services for the California Department of Corrections and Rehabilitation, Chuckawalla Valley State Prison (CVSP), located at 19025 Wiley’s Well Road, Blythe, CA 92226.

This IFB is exempt from the DVBE requirement.

Bid Submittal Deadline 3/24/2008 5:00 PM

Contract Information Contact

Name Bid Line

Phone Number 916.323.8744

Fax Number 916.229.5127

-------------------------------------------

Confidential Document Shredding

California Department of Social Services

Duration 5/1/08 through 6/30/09

Location(s): San Joaquin

The CDSS is seeking a vendor to provide on-site shredding of confidential materials at our office location in Stockton, CA. Services will be provided twice monthly.

To receive a copy of this Invitation for Bid (IFB), please submit your request to the named contact person via email or fax, if email is not available. The following MUST be included in your request: IFB 07-36, your name, your company name, address, telephone number, fax number, and email address.

The anticipated release date of IFB 07-36 is March 3, 2008. On the date of release, the IFB will be released to all requesting vendors via email. The IFB will also be available as an attachment to this advertisement on the date of release.

Bid Submittal Deadline 3/19/2008 3:00 PM

Contract Information Contact

Name Jonathan Quok

Phone Number 916.657.1919

Fax Number 916.657.2362

Email Address jonathan.quok@dss.ca.gov.

Handling of Waste Tires for the purpose of Recycling or Disposal

Rappahannock (Virginia) Regional Solid Waste Management Board

The agency is seeking proposals for the handling of waste tires for recycling or disposal.

A pre-proposal conference will be held at 10 AM, Feb. 26, 2008

To view the bid click on the following link – Tire Bid

-----------------------------------------------------

Recycling Services for Lead Acid Batteries & White Goods / Scrap Metals

Volusia County

It is estimated that the County will generate approximately 500 (five hundred) tons of white goods/scrap metals per year and it is estimated that the County will generate approximately 35 (thirty five) tons of lead acid batteries annually.

1.1 Requirements

A. Vendor shall collect material from the West Volusia Transfer Station at 3151 E. New York Avenue, DeLand, and shall collect white goods/scrap metals from these trash receptacles on an as-required basis, responding in no more than 72 (seventy-two) hours.

B. Vendor shall collect material from the Tomoka Landfill at 1990 Tomoka Farms Road, Daytona Beach, and shall collect white goods/scrap metals from these trash receptacles on an as-required basis, responding in no more than 72 (seventy-two) hours.

1. County shall be responsible for removing CFC canisters and will provide annual verification.

C. Vendor shall provide collection of palletized Lead/Acid Batteries at the Tomoka Landfill, 1990 Tomoka Farms Road, Daytona Beach, and the West Volusia Transfer Station, 3151 E. New York Avenue, DeLand, with their equipment on an as-required basis, responding in no more than 72 (seventy-two) hours. Vendor will supply cardboard to be used as a separator between battery layers placed on pallets.

D. Vendor will be required to obtain an outbound scale ticket when material is collected from each location and a signed manifest with battery core count for documentation requirements.

To view the bid click on the following link – Volusia Bid

For more information contact Becki Bishop, 386-822-5764

------------------------------------------------------

Recycling Compactor Rental And Pick-Up Service

City of Philadelphia

It is the intent of the City of Philadelphia to make an award for Recycling Compactor Rental and Pick-up Service for the Department of Commerce Aviation as specified herein during the contract period.

Bid security shall be based upon cumulative bid amount per Section 5.

All bids submitted with a total greater than $25,000.00 must be accompanied by the proper Bid Security.

Bidders already enrolled in the City's Master Bid Security Program for Fiscal Years 2007 (July 1, 2006 to June 30, 2008) are not required to provide Bid Security if their bid total is $500,000.00 or less (per paragraph 2 of "Terms and Conditions of Bidding and Contract"). Click here to view the bid – Philadelphia Bid

----------------------------------------------------

Mixed Paper And/Or Corrugated Cardboard Recycling

Spartanburg, SC County

The Spartanburg County Public Works Department is seeking proposals for the purchase of the following recyclable commodities: Mixed Paper (a mix of mostly newspaper & office paper, also to include magazines, folders, junk mail, telephone directories, paperback books, and paperboard i.e. cereal and cracker boxes) and Corrugated Cardboard. Mixed Paper and Cardboard are collected at the county’s seventeen (17) attended recycling/collection centers and at two (2) drop-off locations. Materials are brought to the recycling centers by Spartanburg County residents. The Mixed Paper and the Cardboard are clean and kept dry from the elements in either 8-yard containers or 40-yard cardboard compactors. The recyclables are consistently high-quality and contaminant-free. During 2007, 3,000 tons of Mixed Paper and 900 tons of Cardboard were collected.

To view the bid click on the following link – Spartanburg Bid

----------------------------------------------------

Refuse And Recyclables Collection Trucks

State of New York

This Invitation for Bids and any resultant contract(s) is intended to provide refuse and recyclables collection trucks in various capacities and configurations that can be purchased statewide. To view the bid click on the following link – New York State Bid

-------------------------------------------------------

Sources sought for controlled/secure recycling of uniforms for their material content vice incineration.

Document Type: Sources Sought Notice

Solicitation Number: J33-002

NAICS Code: 423930 -- Recyclable Material Merchant Wholesalers

Contracting Office Address: Defense Logistics Agency, Acquisition Management, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49037-3092

Description: This is a Request for Information (RFI) issued by Defense Reutilization and Marketing Service (DRMS). The intent of this RFI is to locate sources capable of controlled/secure recycling of uniforms for their material content vice incineration.

For example - tear the uniforms into shreds under positive control, to make DoD markings unrecognizable and recycle them into paper, fabric or construction materials.

The DRMS is looking for alternative uses for the material that will of better use both economically and ecologically. The content consists of materials such as water-treated ripstop poplin, water repellant treated cotton warp and nylon filling, cotton/nylon twill cloth, etc. Items may or may not include buttons, Velcro, patches, tabs, and/or other assorted fabric fastening mechanisms. Fasteners and other attachments not carrying distinctive DoD markings may be reused. Some items may contain residue of insect repellants.

Interested parties are encouraged to respond with an information paper of no more than two (2) pages. The information paper should include, but is not limited to, capabilities, location security measures, transportation, intended processes including how materials containing pesticide residue will be handled, and end outcome. Points of performance may or may not include locations both within the Continental United States (CONUS) and outside of the Continental United States (OCONUS); however, interested parties are cautioned that movement of the property from CONUS to OCONUS or vice versa is not acceptable. Please submit information that would allow DRMS to review and assess capabilities and end outcome for the use of the material. The Government seeks to mitigate costs and risks by identifying environmentally sound alternatives and potential entities for this material.

This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of DRMS to acquire any products or services.

The DRMS does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate DRMS to pay or entitle the submitter.

All information and data received in response to this RFI marked or designated as corporate or proprietary information will be fully protected and held in strict confidence. Questions may be directed to Jennifer Norvey, Team Lead Environmental, Phone 269-961-7484, Fax: 269-961-7736, Email: jennifer.norvey@dla.mil. Information may be submitted in writing or by email within 30 calendar days of this announcement. Information received after the 30 calendar day deadline will not be reviewed. Information may be submitted to Primary Point of Contact included with this announcement.

Point of Contact: Joseph Bednar, Contracting Officer, Phone 269-961-7546, Fax 269-961-4417, Email Joseph.Bednar@dla.mil - Michelle Watson, Contracting Officer, Phone 269-961-5086, Fax 269-961-4417, Email michelle.watson@dla.mil.

Place of Performance: Locations will be throughout CONUS and selected locations OCONUS, for example Kaiserslautern, Germany.

-----------------------------------------------------

50 GAL Recycle Bins

Document Type: Combine Solicitation

Solicitation Number: W911RZ-08-T-0020

Set Aside: Service-Disabled Veteran-Owned

Contracting Office Address

1676 Evans Street, Fort Carson, CO 80913

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911RZ-08-T-0020 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210 with a small business size standard of $6M. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-26 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Carson, CO 80913

The USA ACA Fort Carson requires the following items, Meet or Exceed, to the following:

LI 001, 50 GALON Recycling Tote with Lid, Blue, 100, EA;

For this solicitation, USA ACA Fort Carson intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Carson is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.

The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. 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, 252.212-7001 Contract Terms and Conditions, applies to this acquisition.

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-3, 52.222-21, 52.222-26, 52.225-13, 52.232-33, 52.219.27. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

Delivery shall be made within 30 days or less after receipt of order (ARO).

CCR Requirement, FAR clause 52.204-7 - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.

The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: Award will be made on the basis of technically acceptable low price. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so.

Point of Contact

Name: Laura Segovia Figueroa, Title: Procurement Analyst, Phone: 7195260090, Fax: 7195265333, Email: laura.segovia@us.army.mil.

Additional Information -- www.fedbid.com (b-62551_03, n-10672)

Operation of Recycling Facility

Document Type: Presolicitation Notice

Solicitation Number: W911SDRECYCLE

Classification Code: M -- Operation of Government-owned facilities

Set Aside: Total HUB-Zone

NAICS Code: 562920 -- Materials Recovery Facilities

Contracting Office Address: ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514

Description: The Contractor shall furnish labor and quality control required to perform functions in the operation of a Material Recovery Facility (MRF) and maintain the USMA (Government owned) equipment for the purpose of processing range brass, fiber shredding, fiber baling, plastics baling, loading, unloading, handling, packaging and reporting of recyclable materials as directed while maintaining the facility (Building 1379) and the adjacent compound in a neat, clean condition. The Contractor shall ensure qualified personnel are available during the hours of operation. The Contractor is limited to providing the labor required to perform this function. The Government maintains control of the facility, recycle program, marketing and sale of material s and all proceeds from the sale of materials. The solicitation will be issued on or about 29 February 2008. This award will be for a base period from time of award estimated to be 1 April thru 30 September 2008 and two (2) option years. Due to an ongoing CA study of the larger DPW contract, this award may be terminated earlier or extended based upon the results of the study. Note 27 applies 100% Hub Zone set aside

Point of Contact: David Ariosto, 845 938-8179

Email your questions to ACA, United States Military Academy at david.ariosto@us.army.mil.

Place of Performance

Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY

Postal Code: 10996-1514

 

 

 

No more results found.
No more results found.