Construction Debris/Refuse Disposal and Recycling Service
Document Type: Presolicitation Notice
Solicitation Number: F62562-03-T-0250
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, ., 96328-5228
Description: Construction Debris/Refuse Disposal and Recycling Service. Tis project will be performed in its entirety in Japan. The successful offeror must be licensed and registered to perform work in Japan.
Original Point of Contact: Kumie Aoki, Contract Specialist, Phone 81-42-552-3010, Fax 81-42-551-0973, Email kumie.aoki@yokota.af.mil - Ray Fletcher, Contracting Specialist, Phone 225-6261, Fax 042-552-9846, Email ray.fletcher@yokota.af.mil.
Place of Performance
Address: Yokota Air Base Fussa-shi, Tokyo
Refuse and Recycle Collection Services
Document Type: Combine Solicitation
Solicitation Number: F36629-03-R-0004
Contracting Office Address: Department of the Air Force, Air Force Reserve Command, 911 AW/LGC, 2375 Defense Avenue, Pittsburgh IAP-ARS, PA, 15108-4495
Description: The 911th Airlift Wing, Air Force Reserve, is soliciting quotations from qualified firms for refuse and recycle collection services for the installation, Coraopolis, PA.. The resultant contract will be awarded for a base year with the possibility of four option years. The contractor shall furnish all labor, equipment, material, transportation and incidentals (including necessary 2, 4, 6 and 30 cy bins) needed to provide refuse collection and disposal services.).
This is a "Best Value" procurement. The Government will consider an offeror's past performance history in comparison to the offered price, with price being equal in importance to the offeror's capability.
Issuance of the Request for Quotations is expected to be on or about July 2, 2003. No other notifications will be sent. Offer must include manual signature of the authorized company official. Offers must include completed version of Section K, Representations and Certifications, and other data specified in Sections L and M of the solicitation and applicable attachments.
Original Point of Contact: Daniel Lucci, Contracting Officer, Phone 412-474-8119, Fax 412-474-8410, Email daniel.lucci@pittsburgh.af.mil - Daniel Lucci, Contracting Officer, Phone 412-474-8119, Fax 412-474-8410, Email daniel.lucci@pittsburgh.af.mil.
Recycling of Absorbent Materials
Document Type: Presolicitation Notice
Solicitation Number: F09609-03-R-0007
Contracting Office Address: Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, GA, 30069-4824
Description: This is a solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.3.
The procurement is unrestricted and will follow simplified acquisition procedures in FAR Part 13 and Sub-Part 13.5. The applicable North American Industry Classification System (NAICS) code is 562219 with a size standard of $10.0M.
The following non-personal services are required, but are not limited to the following: provide all equipment, transportation, materials, supplies and personnel required to provide on-call service for delivery, pickup, transportation and recycling of polypropylene absorbent materials and shop towels for Dobbins Air Reserve Base, (Marietta) Georgia in accordance with all local, state and federal laws and regulations as specified in the Statement of Work.
The contractor shall hold current required transportation and processing permits prior to contract award and be responsible for compliance with all applicable OSHA, DOT and State laws and regulations concerning transport and processing of these materials.
The contractor must be fully licensed, state approved and insured for the required services. Services shall include, but are not limited to the following: delivery of polypropylene absorbent materials and shop towels along with 55 gallon containers in which the used absorbent materials are to be collected; pickup of used materials; transport to a recycling facility; and recycling services for used polypropylene absorbent materials and used shop towels generated on Dobbins ARB. Used polypropylene absorbent materials and used shop towels are to be considered hazardous materials, not hazardous waste, and shall be manifested and transported as such. These materials shall be transported to a recycling facility that must be a manufacturing or processing facility that holds a state certified license/permit to recycle these materials.
The recycling process used shall be a closed-loop recycling process in which all polypropylene absorbents and shop towels are cleaned for reuse in a dry-cleaning process and the extracted fluids removed from the used materials are recycled, and the cleaned absorbents and rags are re-used or remanufactured into other materials.
A complete accounting of the absorbents and shop towels from the generation point through the completed recycling process must be recorded and reported to show a clear and concise documented audit trail for these materials. Prospective offerors shall submit to inspection of the proposed recycling facility and recycling process by government personnel prior to award of any contract resulting from this request for proposal.
Offerors shall be required to provide past performance documentation applicable to this recycling process, along with any prior government contract points of contact and telephone numbers. Past performance will be more important than price in the award decision. The offeror shall also be required to submit copies of the facility permits and documentation from the state of Georgia acknowledging that the recycling process is a valid recycling process, and that the materials being recycled are not considered to be solid waste.
A firm-fixed-price contract with a 12-month basic year and 4-twelve month option periods is anticipated for this procurement. Solicitation F09609-03-R-0007 will be issued as a request for proposal on or about 20 June 2003 with receipt required on or about 21 July 2003.
Any prospective offeror MUST be registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database to be considered for any Department of Defense contract award. This may be accomplished at http://www.ccr.gov and must be completed prior to submission of an offer. A printed copy of the solicitation will be available on the Internet on or about 20 June 2003 may be obtained at http://www2.eps.gov.
Original Point of Contact: Thomas Dobeck, Contract Administrator, Phone 678.655.5745, Fax 678.655.5612, Email thomas.dobeck@dobbins.af.mil - Betty Holley, Contracting Officer, Phone 678.655.5783, Fax 678.655.5612, Email betty.holley@dobbins.af.mil.
Recycling & Shredding Services
Document Type: Presolicitation Notice
Solicitation Number: 660-063-03
Contracting Office Address: Attn: Department of Veterans Affairs Salt Lake City Health Care System, (660/04A), 500 Foothill Boulevard, Salt Lake City, Utah 84148
Description: Provide recycling and shredding services for used paper and cardboard in accordance with the terms and conditions of the contract from the date of award through July 31, 2004 with four one-year options to extend the term of the contract at the VA Salt Lake City Health Care System.
The contract will be a commercial IDIQ contract.
The procurement will utilize simplified acquisition procedures in accordance with Commercial items Part 12 and in accordance with Far Part 15, Contracting by negotiation. The issue date will be O/A 06-20-03. The Due date is O/A 07-22-03. All requests must be in writing or by fax to VA Salt Lake City Health Care System, Attn: Elaine P. Davis, 500 Foothill Blvd, Salt Lake City, Utah 84148 Fax #801-584-2506 email address elaine.davis@med.va.gov. Reference #660-063-03 NAICS Code #562998 - 6 Million
Original Point of Contact: Point of Contact - Elaine Davis, Contract Specialist, (801) 584-1245, Contracting Officer - Elaine Davis, Contract Specialist, (801) 584-1245
Email your questions to Elaine Davis at elaine.davis@med.va.gov.
Demolition Of Bldg 250 Charleston AFB SC
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-F7390030980100
Set Aside: Total Small Business
Contracting Office Address: Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
Description: This is a combined synopsis/solicitation for services 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. This solicitation/synopsis reference number is F7390030980100 is being issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14.This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561990 with a $6,000,000 size standard. The project consists of Demolition and Disposal of the Old Dining Facility (Building #250) at Charleston Air Force Base, South Carolina. See Statement Of Work Below At The End Of This Announcement.
A Mandatory Site Visit And Pre-Proposal conference/sit visit is scheduled for Wednesday, 11 June 2003 at 0900 AM at the 437th Contracting Squadron, 101 East Hill Blvd, Bldg 503, Charleston AFB, SC. The performance time will be 120 days from date of award. The contractor shall submit a proposal with a lump sum price for all items included in the Statement of Work, and individual prices per Square Feet (SF) or Linear Feet (LF) for the following estimated line items: a) Remove Asbestos tile and mastic, hauling and dumping asbestos containing material, air monitoring 400 SF b) Remove Asbestos HVAC duct mastic, 150 SF, c) Remove asbestos roof flashing, 200 LF, d) Remove asbestos ceiling texture, 400 SF, Remove Asbestos transite 400 SF. The estimated line items will cover any cost associated with asbestos that is discovered after award that is not already identified in the Statement of Work. The following clauses and provisions are incorporated and will remain in full force in any resultant award. . The full text of these clauses and provisions may be assessed electronically at this website: Http : // farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government; price and other factor considered. The following factors shall be used to evaluate offers: (1) Past Performance and (2) Price. When past performance and price are combined they are equally as important. If the lowest price evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the government and the evaluation process stops at that point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent relevant projects. The award will result in a firm fixed price purchase order. Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item (xi) FAR 52.212-4 Contract Terms and Condition Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act-Balance of Payments Program FAR 52.222-41, Services Contract Act of 1965 and Wage Determination 94-2473 (Rev.26) apply to this solicitation. The following additional clauses are applicable to this procurement. DFAR 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414 DFAR 252.246-7000 -Material Inspection And Receiving Report FAR 52.253-1 -Computer Generated Forms; DFAR 252.204-7003.
Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday, 17 June 2003 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F739030980100. Addressed to SSgt Eric Samuels Contract Specialist, Phone 843-963-5857,fax 843-963-5183/2850, email address Eric.Samuels@charleston.af.mil or Anna Urrutia, Contracting Officer, Phone 843-963-5157, email address anna.urrutia@charleston.af.mil.
For More Business Opportunities, visit the web site of http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov. STATEMENT OF WORK: The contractor shall provide all labor, equipment and materials to demolish Building 250 (Old Dining Hall) located at Charleston Air Force Base South Carolina and remove and dispose of all debris in strict accordance with this SOW and all local, state and federal regulations. Contractor shall install a 115? x 6? x 4? of sidewalk where original is to removed along roadway. The pad mount transformer shall be disconnected from the pole and tested by an independent source for PCB content and disposed of along with all associated materials. Two of the three transformers on the pole next to the building shall be tested and disposed of. The remaining transformer shall be reinstalled across the street to supply power (which it does now) to a trailer and water tank. A certified electrician shall perform all electrical work. Both poles are to be disposed of. All areas disturbed by this demolition project shall be sodded with centipede grass. Building 250: A concrete block building that has approximately 14,869 SF of floor space and constructed in 1955. Interior partitions are composed of concrete block walls and gypsum board. The exterior foundation of this building has poured concrete walls reinforced with rebar that goes down approx. 8?, which needs to be removed and disposed of. A 10? high chain link fence approx. 54? long is to be removed. The Contractor shall remove two steam lines 180? long and 16 each concrete stands for the lines. There are 5 (five) concrete pads (approx. 430 SF x 6? thick) to be removed. Approx. 1200 SF of asphalt and 220 LF of sidewalk are to be removed. Unless otherwise noted above the following averages can be assumed for the building to be demolished. a. Building slabs and equipment pads are concrete and average, 4" - 8" thick b. Exterior wall footings are an average of 18" - 24" wide and 84" - 96" below grade. c. Interior footings are 8" - 12" wide and 24" - 36" below grade. d. Base courses for floor slabs and driveways are compacted to a thickness of 4" - 8" deep. All building measurements in this contract including, but not limited to, length, width, roof ridge height, and total square footage, are approximate measurements only. The Contractor shall submit to the Contracting Officer a report that list the amount (weight) of debris, recycled material and asbestos containing material taken to the land fill or recycling area for each demolished building on a monthly basis. Restore resulting depressions and holes to finish grade so as to provide positive drainage at remaining sites and plant sod over areas made bare and damaged by the building demolition and removal. The contractor will be required to provide a demolition plan, an asbestos plan to include the name and location of permitted landfill. Prior to excavating for any purpose, the Contractor shall obtain an approved AF Form 103 (dated July 1982), from the Design and Construction Section (843-963-4981), Bldg 661, Charleston Air Force Base. All fire equipment shall be salvaged and turned over to the CAFB Fire Department prior to building demolition. ASBESTOS: There is approximately 50 SF of non-friable floor tile mastic, 88LF of friable pipe wrap and 11SF of friable pipefitting, 623 SF of friable roof flashing and 56 LF of friable window glazing in the building. The cost for removal of this ACM should be included in the base price (ITEM NO. 0001 of the price schedule). Upon award, a copy of the current asbestos survey shall be provided to the contractor. If additional ACM is found above the estimated quantities listed above the cost for removal will be based on the actual quantities of the ACM to be abated. . An asbestos survey will delineate the exact location and condition of any asbestos-containing materials (ACM) within the facility to be demolished. Note that per SCDHEC 61-86.1, all friable ACM is required to be removed prior to facility demolition. Any non-friable ACM may remain in place during facility demolition, provided that wet demolition techniques are used, the material is not rendered friable during demolition activities, and all waste generated is handled as non-friable asbestos waste. Note that per SCDHEC 61-86.1, asbestos may not be recycled or reused after removal. LEAD BASED PAINT: The building has been surveyed for lead-based paint (LBP) and that survey will be provided to the contractor upon award. Contractor shall submit a Lead-Based Paint Sampling and Abatement Plan to the Contracting Officer, detailing the requirements of handling these materials. It is recommended that the Contractor recycle these materials, if practicable. If these materials cannot be recycled, they shall be disposed of in accordance with all applicable Federal, State, and local requirements. STORMWATER MANAGEMENT AND SEDIMENT CONTROL PLAN: A simplified Storm water Management and Sediment Control Plan meeting the requirements of SCDHEC Regulation 72-307H in Appendix A and the reporting form found in Appendix D (of the above referenced handbook) must be submitted to the State. CONTRACTOR MAINTENANCE: At the end of each working day the Contractor shall clean up the work site. Contractor shall keep all turfed areas cut and maintained within the construction limits 8" or below in height. ENVIRONMENTAL PROTECTION: The Contractor is required to recycle all recyclable material, not to financially overburden the Contractor. Primary recyclable materials include concrete and support metal. Also, the Contractor should submit a final Recycling Report, sorted by material type and tonnage (for 437 CES/CEVQ records). Polychlorinated Biphenyls (PCBs) - The only areas of concern for PCBs include fluorescent light ballasts manufactured before 1978. If the light fixtures are not verified as manufactured after 1978 or stamped as PCB Free, the ballasts are required to be collected separately and handled as PCB waste and turned the suspect material over to 437 CES/CEV for proper analysis and disposal. Hazardous Waste - All hazardous waste generated during renovation operations shall be disposed of per applicable regulations, with coordination of 437 CES/CEVQ. All hazardous waste manifests are required to be processed via 437 CES/CEVQ for final release signature. Universal Waste - All universal waste (batteries, mercury switch thermostats, smoke detectors, etc.) generated during renovation operations shall be disposed of per applicable regulations, with coordination of 437 CES/CEVQ. Refrigerant Management - Any potential work evolutions that affect refrigerant management are handled per the CFC Management Plan (ETL 95-1) and needs to be coordinated with 437 CES/CEVQ and 437 CES/CEFT. All CFCs (HVAC systems and Halon systems) are required to be reclaimed by the USAF prior to removal from service/demolition. GENERAL REQUIREMENTS: All material and debris resulting from this project shall become property of the contractor and shall be hauled off and disposed of off base at the contractor's expense. All solid waste including but not limited to wood, sheetrock, metal, wire, paint, painted brick, painted concrete, painted rock, or painted anything shall be disposed of in an approved state certified landfill at the contractor's expense. Clean concrete, brick, rock, and dirt does not require disposal in a certified landfill. This material shall be disposed of off base in any legal manner that will not result in liability to the United States Air Force. The Contractor shall submit two (2) copies of the landfill receipts weekly to the Construction Inspector. Rubbish and debris shall be removed from Government property daily unless otherwise directed so as to not allow accumulation inside or outside the building. Materials that cannot be removed daily shall be stored in areas specified by the Contracting Officer. Demolitions are controlled and permitted by the South Carolina Department of Health and Environmental Control (SCDHEC). Comply with all requirements of 40 CFR 61 ? SUBPART M and SCDHEC Regulation 61-86.1 concerning demolitions of facilities, including (but not limited to): permits, notifications, and visible air emissions. Application for demolition permits is required ten (10) days in advance of the demolition. Copies of notifications and demolition permits shall be supplied to the Contracting Officer. Obtain necessary permits and licenses in conjunction with asbestos removal, encapsulation, hauling, and disposition, and furnish notification of such actions required by Federal, State, regional, and local authorities prior to the start of work. Notify the South Carolina Department of Health and Environmental Control in writing up to 10 working days prior to commencement of work in accordance with 40 CFR 61 ? SUBPART M and SCDHEC 61-86.1. DUST CONTROL: The amount of dust resulting from demolition shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, hazardous or objectionable conditions such as ice, flooding and pollution. USE OF EXPLOSIVES is not permitted. Structures, Walls, and Partitions: Existing structures indicated shall be removed below grade as necessary to completely remove the entire building structures including all foundations, clay or gravel fill, base course, and wall footings. A building is not considered finished until it has been completely demolished, and the area has been graded and sodded by the Contractor and the landscaping has been approved by the Construction Inspector, (Warren Scott, ext. 4981). All sidewalks, patios, service or short building access drives including curb and gutter to the buildings from the streets and vehicular parking areas shall be completely removed. Where building driveways are removed the Contractor shall install curbing to match the existing street curbing. Remove all adjacent concrete pads for air conditioners, pumps and similar equipment, unless otherwise noted to remain. Utilities: Contractor shall disconnect and cap, in accordance with the National Plumbing Code, all water, sewer, and natural gas utility lines to Building 250. The Contractor shall disconnect all electrical utility lines and shall remove and deliver all transformers and accessories that the Contracting Officer determines salvageable to a site designated by the Construction Inspector. All electrical work shall be done by a licensed electrician and in accordance with the latest National Electrical Code. Extent of Removal of Utilities: Existing utilities shall be removed up to the main supply or trunk lines, or up to roadways, pavements or facilities which are to remain. When unknown utility lines are encountered, the Contracting Officer shall be immediately notified. FILLING: Open basements and any holes resulting from the demolition process shall be filled with select soil fill and compacted to 85 percent maximum laboratory density within 12 working hours.
Original Point of Contact: Eric Samuels, Contract Specialist, Phone (843) 963-5857, Fax (843) 963-2850, Email eric.samuels@charleston.af.mil - Anna Urrutia, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email Anna.Urrutia@charleston.af.mil.
Document Disposal for Final Destruction for the Oregon Army National Guard, Salem, Oregon.
Document Type: Presolicitation Notice
Solicitation Number: DAHA35-03-T-0009
Set Aside: Total Small Business
Contracting Office Address:
USPFO for Oregon, ATTN: USPFO-P, P.O. Box 14840, Salem, OR 97309-5008
Description: The Oregon Army National Guard is contemplating the award of services for proper disposal of documents for final destruction.
The services will be performed on site at the Military Department located at 1776 Militia Way SE, Salem, Oregon 97309-5047. This i s a 100% small business set-aside. The services required as follows: a) On site disposal of all documents for best assurance of proper destruction for the documents. b) All documents must be shredded using inch cross-shredding Hammer mill method. c) Lockable containers must be provided at all internal offices within the Military Department of the collection of all documents to be disposed.
The number of containers will be determined after contract award. d) Weekly disposal required with documentation provided by vendor. After paper is shredded and removed, it is then to be taken directly to a paper mill to be recycled.
Average amount of full bins per week is estimated to be between 13 to 20. e) Cost must include special destruction at Fiscal Year end. f ) There will be a required on-site demonstration prior to 20 June 2003.
Point of contact for on-site visit and technical information is CW2 Jennifer Knight at (503) 584-3817. Point of contact for contractual information is MSG Alan Takayama at (503) 584 -3769 or Mr. Pete Newell at (503) 584-3763. The Oregon Army National Guard is anticipating in awarding One Base Year with four (4) one-year option periods to be exercised at the discretion of the Government. Total contract period, to include options shall not exceed five (5) years. Award can only be made to a contractor that is registered in the Central Contracting Registration database (CCR) and those in compliance with VETS-100 reporting requirements.
Contractor is required to be Electronic Funds Transfer capable (EFT). Closing date for responses is June 30, 2003 no later than 3:30 PM Pacific Standard Time to this office. Bid package will be available on June 10, 2003. To request a set, contact MSG Alan Takayama at (503) 584-3769. Bid package may be maile d to USPFO for Oregon, ATTN: USPFO-P, PO Box 14350, Salem, OR 97309-5047. Point of contact for this matter is MSG Alan Takayama at (503) 584-3769, Contract Specialist or Mr. Pete Newell, Contracting Officer, (503) 584-3763.
Original Point of Contact:
MSG Alan Takayama, (503) 584-3769. Alan.Takayama@or.ngb.army.mil.
Latest from Recycling Today
- Cascades invests $3.5M in Kingsey Falls, Quebec, tissue plant
- 3form closing the loop in style
- Mount Vernon, Ohio, city council tightens waste hauling regulations
- Retail associations sign MOU to form producer responsibility organization for textiles in California
- WM opens 12 recycling facilities in 2024
- Redwood Materials, GM aim to repurpose EV batteries for energy storage systems
- Talk of US tariff on copper imports contributes to COMEX volatility
- Plastics recyclers report difficult conditions