Environmental Services for the Navy Public Works Center, Pearl Harbor and its customers at various locations on Oahu, Hawaii
Document Type: Presolicitation Notice
Solicitation Number: N62742-02-R-1102
Contracting Office Address
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
Description: The Pacific Division, Naval Facilities Engineering Command, Acquisition Department, intends to issue a solicitation for an OMB Circular A-76 Cost Comparison Study for work currently being provided by the Navy Public Works Center, Pearl Harbor, Hawaii.
This acquisition will comply with the procedures prescribed in Office of Management and Budget Circular No. A-76, the Commercial Activities program. This A-76 cost comparison study will examine the possibility of converting Government in-house operations to contractor operations. This solicitation may result in the award of a combination Firm Fixed-Price and Indefinite Quantity type contract. This solicitation will be issued on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 562211 (previously SIC Code 4953). The applicable size standard is $10.5 million. The period of performance includes a 12-month base period with 4 options to extend the term for a total period not to exceed 60 months.
The Government may make an award based on initial proposals without conducting discussions if the Contracting Officer determines discussions are not necessary. If the best value contractor is the successful service provider as a result of the cost comparison, the estimated date of contract award is January 2005 with full performance starting May 2005.
Following the selection of a best value contractor, a cost comparison to determine the feasibility and economy of converting the work currently performed by Government personnel to contract performance will be conducted. A contract will not be awarded unless the costs of contracting are lower than the costs of continued Government performance by a minimum cost differential of the lesser of 10% of in-house personnel-related costs or $10 million over the performance period. Government personnel adversely affected by conversion of Government-performed services to contract have the Right of First Refusal for jobs for which they are qualified.
The services required are: (1) Maintenance of Government facilities used for environmental services; (2) Services for waste paper recycling program; (3) Bilge water/oily wastewater and used oil collection, storage, treatment and disposal; (4) Industrial waste collection, storage, treatment and disposal; (5) Bio-solid and oily waste bioremediation; (6) Solid waste collection, storage, minimization and disposal; and (7) environmental laboratory services. The facilities utilized in the operation are located at the Pearl Harbor Complex including the Shipyard, PWC Pearl Compound and Kalaeloa (formerly Barbers Point) field support stations.
The entire solicitation will be available after 15 September 2003 for viewing or downloading. Request for additional information may be addressed to the attention of Ms. Jill Nii via email at pacdiva76@efdpac.navfac.navy.mil or faxed to (808) 471-5881.
It is the Government's intention to issue this solicitation electronically through the Internet at http://www.esol.navfac.navy.mil and at www.fedbizops.gov.
All interested parties are advised to register in E-Sol as a plan holder. Those who previously registered for this solicitation, in response to a Sources Sought notice posted on 23 September 2002, must re-register. This will normally be the only method of distribution of amendments, therefore it is the offeror's responsibility to periodically check the web site for amendments to the solicitation. Prospective offerors are encouraged to subscribe to both web sites.
A pre-proposal conference/site visit will be held Oct. 8, 2003. Interested parties should submit the names, phone numbers, fax numbers and e-mail addresses of the representatives that will attend the conference no later than Sept. 26 via fax at (808) 471-5881 or via e-mail to pacdiva76@efdpac.navfac.navy.mil. Failure to submit names in a timely manner may preclude your firm’s inclusion in the site visit.
Request for additional information may be addressed to the attention of Ms. Jill Nii via email at pacdiva76@efdpac.navfac.navy.mil or faxed to (808) 471-5881. It is the Government's intention to issue this solicitation on or about Sept. 15, 2003: Closing time for receipt of proposals is Feb. 6, 2004 by 2:00 P.M., HST, at Pacific Division, Naval Facilities Engineering Command, Building 57, Pearl Harbor, HI 96860-3134 Attn: (Code ACQ0252)
Original Point of Contact: Jill Nii, Contracting Officer, Phone (808) 474-2038, Fax (808) 471-5881, Email pacdiva76@efdpac.navfac.navy.mil
Salvage Services
Document Type: Presolicitation Notice
Solicitation Number: 03SQ108345
Set Aside: Total Small Business
Contracting Office Address: Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
Description: The Bureau of Reclamation, PN Region, has a requirement for Dump Site Cleanup. The dump sites are in 16 different locations near Burley, Idaho. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR 12.6, as supplemented in accordance with the format included in this notice.
This announcement constitutes the solicitation. The Request for Quotes is being issued as 03SQ108340; and proposals (including the completed Offeror Representations and Certifications-Commercial Items) are due September 4, 2003. The RFQ incorporates revisions and clauses in effect through FAC 2001-14. This is a total small business set- aside. The NAICS code is 562111, the small business standard is $10 million. Contact Sue Fraser at 208-378-5103 or sfraser@pn.usbr.gov.
Site locations are not available electronically; requests for maps, site locations, and wage determination must be faxed to Sue Fraser at 208-378-5108. There is a scheduled site visit on Friday, August 29, 2003, at 8:00 am. Meet at the Snake River Area Office, 1359 Hansen Avenue, Burley, ID 83318-1821. Contact Yvonne Daniel at (208) 678-0461 ext. 31 or Gary Kraus at (208) 678-0461 ext. 30.
The Requirement: The contractor shall clean up reclamation lands at sixteen sites with minimal surface disturbance. All surface trash like garbage, old appliances, wire, plastic containers, plastic bags and all recyclable and non-recyclable items shall be removed and disposed of. There are no hazardous materials in the sites marked for clean up. Offerors have salvage rights. The garbage/waste shall be disposed of according to State and County regulations, at legally approved county dump sites. The sixteen sites will be bid from a prioritized list, number 1 being the highest priority. Offerors will provide a price for each site with a total for all sixteen sites. The cleanup is to be accomplished by November 30, 2003. The Government anticipates award of a firm-fixed price contract resulting from this solicitation on or about September 12, 2003, that is most advantageous to the Government.
The Government may choose to award all or none of the sites as determined by available funding. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, amended as follows: The following factors shall be used to evaluate offers: a) ability of offered service to meet Government requirement; b) ability to meet delivery date of November 30, 2003; c) past performance to include names and telephone numbers of references for similar work in the last three years for commercial or Government customers; d) price. Evaluation of proposals is subject to FAR Part 13; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veteran, FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-34 Payment by Electronic Funds Transfer, FAR 52.204-6 Data Universal Numbering System (DUNS) Number, FAR 52.222-41 Service Contract Act of 1965, and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR clauses are available in full text at http://www.usbr.gov/aamsden.
You are encouraged to submit quotes electronically. They may also be submitted on letterhead and faxed to the attention of Sue Fraser at 208-378-5108 or mailed to Bureau of Reclamation, PN-3706, 1150 N. Curtis Rd., Ste 100, Boise, ID 83706. To take advantage of business opportunities with BOR and DOI you must register your firm on the Central Contractor Registration System (CCR) @ http://www.ccr.gov.
Original Point of Contact: Sue Fraser Purchasing Agent 2083785103 sfraser@pn.usbr.gov.
Waste & Recycling Services, Batavia NY
Document Type: Presolicitation Notice
Solicitation Number: Reference-Number-BUF-04-016
Contracting Office Address: DHS - Direct Reports, Bureau of Citizenship, Burlington Administrative Center, 70 Kimball Avenue, Burlington, VT, 05403
Description: This is a notice of intent to award on a sole-source basis for the commercial items in accordance with FAR Part 12 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only notice; a written solicitation will not be issued.
The Department of Homeland Security intends to contract with Waste Management, 1661 Mount Reed Blvd, Rochester, NY 14606, to provide waste and recycling removal services at the Buffalo Federal Detention Facility, 4250 Federal Drive and the training center at 205 Oak Street in Batavia, NY.
All services are provided at a firm fixed rate per month. This contract is for services which the Government intends to solicit and negotiate only with Waste Management under the authority 41 U.S.S. 253 ( c)(1) as implemented by FAR 6.302-1 unless additional sources are located. This notice is being solicited on a sole-source basis.
Original Point of Contact: Shireen Melton, Contract Specialist, Phone 802-872-4102, Fax 802-951-6455, Email Shireen.Melton@dhs.gov
Garbage Removal/Recycle
Document Type: Presolicitation Notice
Solicitation Number: 575-587-04
Contracting Office Address: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 2121 North Avenue, Grand Junction, Colorado 81501
Description: Contractor will provide all labor and materials for trash removal/recycle services for the VA Medical Center, Grand Junction, CO. Contract period is October 1, 2003 through September 30, 2004 with four (4) one year options. Contractor will be required to furnish insurance. Solicitation will be available for download 8/25/2003. Quotations are due September 25, 2003 by 3:30 p.m. Award is subject to the availability of FY 2004 funding. NAICS code for this procurement is 562111. The procurement is unrestricted. Telephone requests for the solicitation will not be accepted. Quoters are hereby advised they are responsible for downloading all documents and amendments.
Original Point of Contact: Point of Contact - Denise Boren, Contract Specialist, (970) 263-5004, Contracting Officer - Denise Boren, Contract Specialist, (970) 263-5004.
Email your questions to Denise Boren at denise.boren@med.va.gov.
Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- AISI, Aluminum Association cite USMCA triangular trading concerns
- 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