Develop Integrated Solid Waste Mgt Plan, Review existing Environmental Management Plans
Document Type: Presolicitation Notice
Solicitation Number: Q4810030001
Classification Code: F -- Natural resources & conservation services
Set Aside: Total Small Business
Contracting Office Address: Steamtown National Historic Site 150 South Washington Avenue Scranton Pennsylvania 18503
Description: RFQ will be available at http://ideasec.nbc.gov on or about May 22, 2003. Steamtown National Historic Site manages a railroad museum and maintains and restores historic steam locomotives, rail cars (both passenger and freight) and associated rail equipment.
The Site includes public use areas, administrative and maintenance and repair shop buildings. Maintenance and repair shops use miscellaneous paints, solvents, gases and oils. Some of the waste products generated from these activities are considered hazardous. Solid waste is generated and recycled or disposed at a local landfill.
Develop an Integrated Solid Waste Management Project Goal: To identify and describe more economical, efficient and sound waste management practices and strategies for the non-hazardous solid wastes generated by the park. The development of a written Integrated Solid Waste Management Plan specific to park operations must include the following:
- A thorough description of the Park's solid waste program to include the volumes and types of waste generated. Dumpster or trash can samples will be required.
- 2. A breakdown of the costs associated with each element of the Park's solid waste program.
- 3. Potential influences on the program such as visitation, regulatory changes and any state or local waste management requirements.
- 4. An evaluation and recommendations of any alternative program options to include source reduction, recycling, green procurement, affirmative procurement, special waste handling, waste disposal options, trash collection alternatives.
- 5. A description of the resources required to implement the alternative options, including associated costs and manpower.
- 6. Recommendations for an education program to promote recycling and waste reduction for visitors and park employees.
- 7. An implementation schedule and description of which units of the park will be responsible for the different elements of the plan.
Review existing Environmental Management Plan (CONSOLIDATED), the Preparedness, Prevention and Contingency (PPC) Plan, and the Hazardous Waste Management (HWM) Plan. Update as required and certify with Registered Professional Engineer that plan has been prepared in accordance with good engineering practices. Project Goal: To reduce generated hazardous waste and to properly manage generated hazardous waste in accordance with all federal and state regulations.
- Assessment of current waste streams in order to identify hazardous wastes.
- 2. Assess if plan is current with Federal regulations and the Commonwealth of Pennsylvania waste regulations.
- 3. Determination if current status as large quantity generator can be reduced to small quantity generator.
- 4. Classification of hazardous waste streams.
- 5. Disposal and/or recycling options with associated costs.
- 6. Waste minimization strategies.
- 7. Review storage and labeling requirements.
Contracting Officer's Technical Representative (COTR) is John Bilski, (570) 340-5242, or John_Bilski@nps.gov.
The contractor shall conduct an adequate number of visits to collect data regarding Park operations and waste streams generated. E. Work Products The contractor shall provide progress reports to the COTR. Four written products shall be produced: a draft and final Integrated Solid Waste Management Plan (ISWAP) and a draft of needed additions or corrections to the Hazardous Waste Management Plan and final Hazardous Waste Management Plan. Steamtown shall have 30 Days to review and comment on the two draft documents. The final ISWAP and Hazardous Waste Management Plan shall incorporate all Park comments/edits and shall be delivered at the end of the contract. The contractor shall provide Steamtown (15) fifteen hard copies of the final Hazardous Waste Management Plan and Integrated Solid Waste Management Plan including a compact disc for the two above plans. Word processing shall be compatible to Microsoft Word. F. Project Timetable The project shall be completed 120 days from award of contract. G. Contractor Qualifications Contractor shall submit statements of past performance and experience with similar assignments, and knowledge of relevant environmental programs. These submittals must accompany bid package. H. Award of Contract Contract shall be awarded based on best value and contractor experience. This requirement is a small business set-aside. I. Payments Payment will be made lump sum at the end of the contract. Contractor shall receive funds via electronic wire transfer.
Original Point of Contact: Brenda Belotti Contracting Officer 5703405190 brenda_belotti@nps.gov; John Bilski Safety Officer 5703405242 john_bilski@nps.gov.
Removal, Transportation, And Disposal/Recycling Of Electrical Equipment And Oil From Basic Substation And Hoover A&N Switchyard
Document Type: Presolicitation Notice
Solicitation Number: DE-RQ65-03WG63424
Classification Code: F -- Natural resources & conservation services
Contracting Office Address: 12155 W. Alameda Parkway Lakewood, CO 80228-2802
Description:
In accordance with statement of work contractor is responsible for removal, transportation, and disposal/recycling of electrical equipment and oil from basic substation and Hoover A&N switchyard. This is a commercial item solicitation with a value greater than $100,000. The solicitation is expected to be available on or about 05/27/03. Revisit this site to obtain an electronic version of the solicitation when it becomes available.
Original Point of Contact: Catherine Castle, Contracting Officer, 602-352-2776, Ccastle@wapa.gov; Lary Martin, Contract Specialist, 602-352-2646, lmartin@wapa.gov.
Recycling Containers
Document Type: Combine Solicitation
Solicitation Number: DABK15Q0043
Set Aside: Total Small Business
Contracting Office Address: ACA, Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation No. DABK15-03-Q-0043 is issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. The North American Industry Classification System code applicable to this acquisition is 332439.
The small business size standard is 500 employees. Item 1. (175 ea) Three yard side load container with Pak-Mor lift; 12 gauge body panels; 12 gauge side rails; 10 gauge front and back; 10 gauge bottom runners; 2 x 31 x 24 plastic lids. Item 2. (4 Ea) Twenty yard recycle box with four separate components; 3/16 inches flooring; 10 gauge sides; Front pads; rear 8 inch rollers; 4 plastic sliding doors; separate levers to unlock each container; push plates; long sills; 16 inch side members; head and gate sheet 3/16 inch; full doghouse cutaway on front. Item 3. (2 ea) OPR22 Compactor-Receiver box; fire ports in front and back; rear 8 inch rollers; 3/16 inch rear door, floor, and sides; 16 inch crossmembers; grease serts on rear door hinges; full doghouse cutaway. Item 4. (2 ea) Two yard heavy duty stationary compactor; 10HP Baldor (three phase motor); 220-440 Volt; Smart pack monitoring system; multicycle timer; 75% full light; remote pendant; 6 inch push cylinder set at 50, 000PSI; guide angles; inspection plates on both sides; installation on site; hand and toe rail with locking gate; walk on tread plate; transition plate. Item 5. (7 ea) 30 yard Nestable recycling container; Round Bottom-Open Top; 3/16 inch flooring; 16 inch crossmembers; head and gate sheets; 8 inch rollers; Full dog house cutaway. Item 6. (5 ea) 40 yard Nestable recycling container; Round Bottom-Open Top; 3/16 inch flooring; 16 inch crossmembers; 8 inch rollers; front pads.
Offeror must indicate the maximum time required to effect delivery. Prices quoted shall be F.O.B. Destination prices. The Government contemplates award of a Firm Fixed Price order resulting from this solicitation. FAR Provision 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and is incorporated by reference.
Offerors will include a completed - copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their quotations. FAR Claus e 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated by reference. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 52. 203-6; 52.219-8; 52.219-14;52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.225-15; 52.232-33. AFARS Clause 252.212-7001 applies to this acquisition and is incorporated in full text with the following clauses checked as applicable: 52.203-3; 52.225-7012; 252.232-7003; 252.243-7002; 252.247-7024; and 252.247-7023. The following additional FAR and DFARS clauses and provisions are applicable to the acquisition and are incorporated by reference: 52.225-8, Duty Free Entry; 252.225-7006, Buy American Act--Trade Agreements--Balance of Payments Program Certificate (Offerors must submit a completed certificate with quotation); 252.225-7008, Supplies to be accorded Duty Free Entry; 252.225-7009, Duty Free Entry--Qualifying Country Supplies (End Products and Components); 252.225-7010, Duty Free Entry--Additional Provisions; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7037, Duty Free Entry--Eligible End Products. The offeror will supply descriptive literature that will be used in evaluation of quotation. Acquisition will be made as 100% small business set aside. Award will be made to the low est responsive, responsible offeror whose quotation conforms to the solicitation. Quotations must be submitted to the Contracting Command, Building 1001, Fort Hood, TX 76544 by 9:00 A.M. Central on 27 May 2003. Facsimile quotations will be accepted and may be sent to (254) 287-5506 or (254) 287-5354. Email quotations will be accepted at gregory.rupkalvis@hood.army.mil. Offeror must provide the DUNS Number, Cage Code and Federal Tax-ID number along with their quotation. All offerors must be CCR Registered in accordance with DFARS Provision 252.204.7004. SE E NOTE 22.
Original Point of Contact: Sue Everts, 254-287-3241
Email your questions to ACA, Fort Hood at Sue.Everts@hood.army.mil.
Refuse Collection at the Coast Guard Training Center, Cape May NJ
Document Type: Sources Sought Notice
Solicitation Number: DTCG84-03-Q-AA1057
Classification Code: S -- Utilities and housekeeping services
Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
Description: This is a SOURCES SOUGHT NOTICE to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10. This notice is issued by the Coast Guard, Maintenance and Logistics Command Atlantic, Norfolk, VA to identify sources capable of providing full service refuse collection, recycling, and disposal services for U.S. Coast Guard Training Center Cape May, Cape May, New Jersey for a base plus four option years, if exercised by the Government, beginning October 1, 2003 through September 30, 2004. The approximate average monthly weight of trash is 48 tons. The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to perform these services. At this time, no solicitation exists: therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.
Vendors having the skills and capabilities necessary to perform stated requirement are invited to provide information to contribute to this market survey/sources sought including, commercial market information and company information.
Additionally, interested companies must provide licenses and permits to utilize the landfill in Cape May, New Jersey or other dumping facility for this service to the Contract Specialist via e-mail at jdickson@mlca.uscg.mil or facsimile (757) 628-4134/4135, no later than May 23, 2003. Past performance information shall include recent and relevant contracts for the small or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information).
Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries.
Responses should also include the following information: company name, address, point of contact, phone number and e-mail address; business size and disadvantaged, 8(a) or HUBZone status; corporate affiliations; potential joint venture partners, teaming partners, and or major subcontractor or (prime). The applicable NAICS code is 562111 (Refuse Collection) with a Small Business Size Standard of $10.5 million. For the calculation of annual receipts and number of employees see parts 21.104 and 121.106 in SBA's Small Business Size Regulations.
This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any in formation provided. The Government reserves the right to consider a small business, 8(a) or any other set aside arrangement as deemed appropriated for this procurement.
Original Point of Contact: Jackie Dickson, Contract Specialist, Phone 757-628-4130, Fax 757-628-4134, Email jdickson@mlca.uscg.mil - Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134, Email jthorne@mlca.uscg.mil.
Tires and Tubes
Document Type: Presolicitation Notice
Solicitation Number: SP4410-03-R-6005
Set Aside: Total Small Business
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
Description: RFQ SP4410-03-R-6005, Service Contract for disposal and removal of scrap tire and scrap rubber located at the following California Government facilities: DRMOs Stockton, FRA Travis, Barstow, San Diego, March, Port Hueneme, Vandenburg, FRA China Lake, Edwards, FRA Pendleton, FRA 29 Palms, DRMO Nellis, NV, FRA Yuma (MCAS), AZ, and surrounding locations (See Clause B.7 for locations). This is a combined synopsis/solicitation for commercial services 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; proposals. Proposals are being requested and a written solicitation will not be issued.
This announcement is issued as a Request for Quote (RFQ) number SP4410-03-R-6005. Defense Reutilization and Marketing Service (DRMS), Section B and the Bid Schedule will describe the requirements for disposal of scrap tires, used tires, and scrap rubber. This procurement is restricted to small business as a 100% small business set-aside with a North American Industry Classification System (NAICS) code of 562219 with a small business size standard of $10 million (SEE NUMBERED NOTE 1) per FAR 52.219-1 and 52.219-6. The resulting contract will be subject to the Service Contract Act, FAR 52.222-49. The resulting possible multiple award will be a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The price quote shall include filled-in FAR Clause 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (July 2002). The fill-in clause can be accessed at http://www.drms.dla.mil/special/fillins/52212-3-101.doc or by calling (888) 227-2423 for assistance. DRMS 52.228-9R01, CERTIFICATE OF INSURANCE (DEC 1995), shall be provided to the Contracting Officer at the address listed in Block 9 of Standard Form (SF 1449), SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS, within ten (10) days from the date of the award. The minimum required insurance is as follows: Worker’s Compensation and Employer’s Liability:
Contractor shall comply with applicable Federal and State Statutes (See Clause C.12); General Liability Insurance Bodily Injury - $500,000 per occurrence; Automobile Liability Insurance - $20,000 per occurrence, Property Damage - $200,000 per person, and Bodily Injury - $500,000 per occurrence. Wage Determinations (See Section D and Attachment 1 for list of Wage Determinations for the state of California). This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. The full text of clauses and filled-in clauses (See Section C, Clauses/Provisions) may be electronically accessed at the following website addresses: http://www.dla.mil/j-3/j-336/icps.htm, http://www.arnet.gov/far/, or for DRMS local clauses, http://www.drms.dla.mil/drmsp/clauses/drmscls0902.pdf. T
he following clauses require fill-ins by the offerors: Section B Services Supplies Bid Schedule, E.3, and E.4 must be submitted with the proposal. To be eligible to receive an award from a Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register, access the CCR homepage at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by calling (888) 227-2423, regarding questions. Questions regarding this combined synopsis/rfq must be submitted in writing by facsimile to: Ms. Renee Wright, Contract Specialist, at (269) 961-7103 or Ms. Virginia Mayhew, Contracting Officer, at (269) 961-7130, (FAX)(269) 961-4474. E-mail addresses: Renee.Wright@dla.mil or Virginia.Mayhew@dla.mil. The issue date will be on or about May 23, 2003 and the closing date will be on or about June 24, 2003. To obtain a copy of the RFQ, you can access our homepage at http://www.drms.com. On the left side of the web page, click on Procurement and locate the RFQ identified above and on the SF1449. Submit complete package by mail to: Defense Reutilization and Marketing Service, ATTN: Renee Wright, DRMS-POB, 74 N. Washington Avenue, Battle Creek, MI 49017-3092 or facsimile to: (269) 961-4474 or Ms. Virginia Mayhew, Contracting Officer, Tele: (269)961-7103. All responsible sources may submit a quote which shall be considered for award.
Original Point of Contact: Renee Wright, Contract Specialist, Phone 269-961-7103, Fax 269-961-4474, Email Renee.Wright@mail.drms.dla.mil - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@mail.drms.dla.mil.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