Roll-Off Dumpster Services for Fort Drum, New York
Document Type: Presolicitation Notice
Solicitation Number: DABJ17-03-T-0066
Contracting Office Address: ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
Description: The requirement consists of providing a daily minimum of ten each, with a surge capacity of fifteen each, thirty cubic yard open top roll-off dumpsters that will be located at various sites on Fort Drum, NY.
The contractor must have the capacity to make a minimum of five daily roundtrip transports of contractor owned and/or Government owned dumpsters containing municipal waste, construction debris and/or recyclable materials to authorized landfill or transfer station sites off Fort Drum. The contractor must have the ability to haul Government owned 35 and 40 cubic yard compactor roll-off dumpsters. Contractor must have the ability to provide a front load compactor truck, with driver, for use on Fort Drum.
The contractor must have the ability to dispose of tires at an authorized landfill or recycling facility. The performance period will be a 12-month base period with four 12-month option periods. This solicitation will be unrestricted under the authority of FAR Subpart 19.10 - Small Business Competitive ness Demonstration Program for the North American Industry Classification System, (NAICS) Code 562111.
This procurement will be using the simplified acquisition procedures outlined in FAR Part 13 and Subpart 13.5, Test Program for Certain Commercial Items , and the commercial procedures of FAR Part 12. The Request For Quotation (RFQ) is expected to be published on, or about, 15 August 2003. The DUE DATE for the RFQ shall be 20 days after actual issuance and/or posting on Fort Drums Web Page.
Only contractors registered in Central Contractor Registration (CCR) will be considered for contract award. See www.ccr.com for more information on registering. All sources wishing to submit a RFQ are required to monitor the Fort Drum Contracting web page for all, i f any, amendments to the RFQ. Failure to respond to any amendments may render the RFQ as non-responsive and thereby rejected.
If you experience website access problems, you may fax a request to (315) 772-7473 for the solicitation and an electronic copy w ill be forwarded to you. Please include the solicitation number, your mailing address as well as your email address in your request.
The RFQ must be supplied in hard copy form to the Directorate of Contracting, Fort Drum, NY, no electronic RFQs will be a ccepted.
Original Point of Contact: fidony55, (315) 772-6514. Email your questions to ACA, Fort Drum at stinsonj@drum.army.mil.
Solid Waste Collection Services For Station Areas At Naval Weapons Station Earle, Colts Neck, NJ
Document Type: Presolicitation Notice
Solicitation Number: N62472-03-B-3626
Contracting Office Address
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New Jersey - Earle, Naval Weapons Station Earle, Building C-23 201 Highway 34 South, Colts Neck, NJ, 07722-5025
Description: The Contractor shall provide all labor, equipment, transportation, management, and disposal fees to perform the services described herein. Services include the collection and transportation to approved disposal facilities of garbage, refuse, recyclables and other discarded solid wastes generated by administrative office and industrial activities, from Government and Contractor owned containers, as specified in the solicitation.
Excluded are hazardous wastes and biological / pathological wastes. All recyclables collected shall become the property of the Contractor. The resultant contract will be a combination firm-fixed price and indefinite quantity type contract.
The NAICS code for this procurement is 562111 (Solid Waste Collection). The size standard is $10,000,000.00. The proposed procurement will be issued as Unrestricted, open to both large and small business concerns, with a Price Evaluation Preference for HUBZone Small Business Concerns. Performance period will be for a period of 12 months commencing not earlier than 15 days after notice of award.
The Government has the option to extend the term of the contract for periods of 1 to 12 months each option for a total contract duration not to exceed 60 months. In accordance with FAR 5.102(d), all solicitation documents will be limited to electronic medium using Adobe Acrobat (pdf) file format. The address for downloading this solicitation from the INTERNET is http://esol.navfac.navy.mil.
Downloading from the Internet is free of charge, however some specifications may take a considerable amount of time to download. All prospective offerors are encouraged to register for the solicitation prior to downloading it from the ESOL website. Notification of any changes to this solicitation (amendments) shall be made from the ESOL website.
Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. Official Planholders list will be maintained on and can be printed from the website. Planholders lists will not be faxed and will only be available from the website.
All contractors are required to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes an offeror ineligible for award of DoD contracts. Information regarding this registration may be obtained by accessing the website at http://www.ccr.gov. Exact IFB issuance and closing dates, as well as the date and location of the pre-bid conference will be set forth prior to release of the IFB. FAX technical questions concerning this project to Felicia Lewis at (732) 866-1011 on your company letterhead identifying the solicitation number and title, along with a point of contact, phone number, and an E-mail address for returning a response to.
Original Point of Contact: Adam Ginther, Supervisory Contract Specialist, Phone (732)866-2152, Fax (732)866-1011, Email gintheraj@efane.navfac.navy.mil.
All non-personal services for the removal, transportation, compliant demilitarization and beneficial recycling of selected electronic property to include precious metals recovery and waste disposal
Document Type: Presolicitation Notice
Solicitation Number: Reference-Number-SP4410-03-R-6006
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: The following FEDBIZOPS pre-solicitation announcement was posted on July 28, 2003. The announcement was initially classified in category F- Natural Resource and Conservation Services.
In order to provide maximum practical coverage to potential future offerors, the pre-solicitation announcement is repeated below, in category P - Salvage Services.
The July 28,2003 announcement follows: All non-personal services, tools, equipment, facilities, labor and supplies for the pick up, removal, transportation and ultimate disposal via de-manufacturing of selected surplus electronic personal property generated at multiple geographic sites located within the United States, the District of Columbia, Guam and Guantanamo Bay, Cuba. The solicitation is a 100% small business set-aside acquisition. Numbered note 1 applies to this acquisition. The anticipated date of solicitation release is on or about August 11, 2003.
Disposal includes the destruction of electronic property to insure compliant demilitarization, beneficial recycling (includes the sale of usable end item(s) or the sale of scrap property), precious metals recovery, compliant hazardous material, hazardous waste solid waste, and universal waste disposal. The solicitation shall be issued only on the World Wide Web at Internet address: http://www.drms.dla.mil. Potential offerors are reminded to vigilantly monitor the DRMS web page for solicitation opening and closing dates and for any solicitation amendments.
The solicitation shall result in a firm fixed price, indefinite delivery-indefinite quantity, and task order contract. Multiple awards are anticipated. Subsequent task orders shall be competed among the successful offerors. The solicitation continues a base period of performance and two each 12-month option periods. No pre-solicitation conference is planned. No pre-proposal conference is planned. A common cut-off date for the receipt of questions from offerors shall be stated in the solicitation.
Compliant demilitarization of selected electronic property is a material requirement of the solicitation and resulting contract. All offerors are required to fill out and submit a DLA Form 1822, End Use Certificate with their initial offer. Prime contractors are responsible for the execution and submittal of DLA Form 1822, End Use Certificate from each subcontractor known at the time of initial offer submittal. After contract award, all prospective subcontractors are required to execute and submit a DLA Form 1822, through their prime contractor, to the Government prior to the employment of the respective subcontractor. A DLA Form 1822 in .pdf fillable format may be viewed at: http://www.dla.mil/dss/forms/fillables/dl1822.pdf. Offerors should have a working knowledge of the requirements for electronic personal property contained in DoD 4160.21-M-1, Defense Demilitarization Manual (October 1991 edition).
Original Point of Contact: David Straughn, Contracting Officer, Phone 269-961-7258, Fax 269-961-4474, Email Dave.Straughn@mail.drms.dla.mil.
Used Cooking Oil Collection and Recycling Service at Yokota AB and Tama Annex
Document Type: Presolicitation Notice
Solicitation Number: F62562-03-T-0361
Contracting Office Address: Department of the Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, 96328-5228
Description: Services required performing used cooing oil collection and recycling service at Yokota AB and Tama Annex, Japan. This project will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan.
Original Point of Contact: Motoko Sato, Contract Specialist, Phone 81-42-552-3010, Fax 81-42-552-9846, Email motoko.sato@yokota.af.mil - Ray Fletcher, Contracting Specialist, Phone 225-6261, Fax 042-552-9846, Email ray.fletcher@yokota.af.mil.
Remove Existing Pressure Treated Wood Decking and Replace with Contractor Furnished Recycled Plastic Decking.
Document Type: Presolicitation Notice
Solicitation Number: SSA-RFQ-03-0008
Set Aside: Total Small Business
Contracting Office Address: Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, SSA Region 5, 600 West Madison Street, 10th Floor, Chicago, IL, 60661
Description: The Social Security Administration in Chicago, Illinois requires the services of a contractor to provide all management, supervision, labor, materials, tools and equipment to remove existing pressure treated wood decking with contractor furnished recycled plastic decking material.
The work shall take place at the Harold Washington Social Security Center, 600 West Madison Street, Chicago, Illinois 60661. Solicitation SSA-RFQ-03-0008 will be available on August 11, 2003.
Request for copies of the solicitation should be address to SSA/Regional Contracting Office, MOS/FMT, 600 West Madison Street, 10th Floor, Chicago, Illinois 60661, Attn: Nestor Floresca, Contract Specialist, or may be sent via telefax to 312-575-4156. No telephone request will be honored.
Copies of the solicitation SSA-RFQ-03-0008 may be downloaded from FedBizOpps website located at http://www.fedbizopps on August 11, 2003. A general site visit is scheduled for Tuesday, August 19, 2003 at 10:00 AM Chicago time. This solicitation is set-aside for small business concerns only. All qualified sources may submit an offer which will be accepted.
Original Point of Contact: Nestor Floresca, Contract Specialist, Phone 312-575-5514, Fax 312-575-4156, Email nestor.floresca@ssa.gov - Reggie Poskocimas, Contracting Officer, Phone 312-575-5513, Fax 312-575-4156, Email reggie.poskocimas@ssa.gov.
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