Recovery and Recycling Equipment
Document Type: Presolicitation Notice
Solicitation Number: SP070004T4578
Pumps & compressors
Set Aside: Total Small Business
Contracting Office Address:
DLA, Defense Supply Center, Columbus 3990 East Broad St. PO Box 16704; Columbus, OH 43216-5010
Description: Proposed procurement for NSN 4330014117240 Recovery and Recycling Un: Line 0001 Qty 00012 UI EA Deliver To: XU Transportation Officer By: 11/19/03 Line 0002 Qty 00005 UI EA Deliver To: XU DEF DIST Depot San Joaquin By: 11/19/03 Approved source is 07295 17800B.
The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes must be submitted electronically.
Original Point of Contact
Questions regarding this solicitation should be emailed to dibbs@dscc.dla.mil
Click here to read the RFP (http://dibbs2.dscc.dla.mil/downloads/rfq/8/sp070004t4578.html)
Trash Services
Document Type: Presolicitation Notice
Solicitation Number: CG236-04
Salvage services
Contracting Office Address: Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
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.
The solicitation number is CG236-04 and this solicitation is issued as a Requirements Type Contract, with a period of performance of 3 Years.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-16. The North American Industrial Classification is 562111 and the Standard Industry Code is 4212 and small business size standard is 500.
Contractor will provide the necessary personnel, equipment, and supplies to remove trash from UNICOR, Federal Correctional Institution (FCI), and Federal Prison Camp (FPC). UNICOR intends to enter into a firm fixed price contract for the following items: Line Item 0001 Compactor (FPI) UNICOR compactor: 104 EACH , Quantity: 1 each; Line Item 0002 Compactor (Food Service): 104 EACH, QTY: 1 each; Line tem 0003 Compactor (FPC): 104 EACH , Qty: 1 each. Line Item 0004 Tipping. FPC Tipping: 52 EACH TRASH TIPPING, Item 0005- 52 EACH.
Contractor shall be responsible for allowing recycled institution waste to be delivered by institution vehicle and disposed of at their local site. Contractor shall be responsible for pick up and disposal of trash in the compactors on the following days and locations: Shall be serviced once per month, or on a call-in basis Monday thru Thursday 6:30-7:00AM., Food Service: Shall be serviced weekly at the FCI. Times of Delivery shall be: Monday 1:30-2:00PM, Tuesday 8:15-8:45AM, Thursday 1:30-2:00PM, Friday 8:15-8:45AM. FPC: Shall be serviced every other Tuesday 9:00-9:30AM, 11:00-11:30AM.
Note: FCI will reschedule for holidays and the contractor shall reschedule accordingly. Deliveries shall be made on a daily basis (minimum of five days a week) and expected at a high volume rate after holidays and weekends. Note: These quantities are estimates only and are given for pricing purposes only. Actual volume of truckload will be stickered and signed prior to leaving the institution.
The period of performance is three-years. Normal security restrictions and work schedules will apply. Delivery shall be FOB destination to 4001 Leopard Drive, Texarkana, Texas 75505. The COTR shall be Johnny Page, Factory Foreman. Provision at FAR 52.212 Instructions to Offerors Commercial applies to this acquisition.
Offerors are to include a completed copy of the provision at 52.212Offeror Representations and Certifications Items, with their proposal. Clause 52.212 Evaluation Commercial Items applies.
(If past performance is to be used as an evaluation factor use the following: FPI9999999 Business Management Questionnaire must be completed with a minimum of (INSERT # OF REFERENCES 3-5) references of contracts that are of similar size and complexity.) Clause 52.212 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items, applies, which includes 52.203 Restrictions on Subcontractor Sales to the Government, with Alternate I. 52.204 Contractor Identification Number Data Universal Numbering System (DUNS) applies. FAR 52.21619, Order Limitation, applies with the minimum order limitations per delivery order of (INSERT QTY OR $) each and a maximum not to exceed of (INSERT QTY OR $) each line item.
Contractor will not be obligated to honor a series of orders from the same ordering office, within a 15 day period that together call for quantities exceeding the maximum order limitations of this item. However, the contractor shall honor orders exceeding the maximum order limitation unless the order, or orders, is returned to the ordering office within seven calendar days after issuance with a written statement expressing the contractor's intent not to ship and the reason. In accordance with FAR 52.21618 Ordering, orders may be issued under the resulting contract from the date of award through five years thereafter. OMB Clearance 1103-0018 Expires February 29, 2004.
Vendors shall submit signed and dated proposals to UNICOR, Federal Prison Industries, 400 First Street N.W., Washington, DC 20534. Proposals should be submitted on the SF-1449. Proposal and certifications may also be sent by facsimile (202) 305-7365 to the attention of Valerie Young, Contracting Officer. The date and time for receipt of proposals is October 14, 2003 at 2:00pm. Proposal must indicate solicitation No. CG236-04, time specified for receipt of offerors, name, address and telephone number of offeror, technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms, remit to address, a completed copy of representations and certifications at FAR 52.212, and acknowledgment of all amendments, if any. All proposals that fail to furnish required representations and certifications or information or reject the terms and conditions of the solicitation may be excluded from consideration.
The Government may make award without discussions with offerors, therefore, the offerors initial proposal should contain offerors best pricing. Any amendments hereby issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Proposals or modifications to proposals received at the address specified for the receipt of proposals after the exact time specified may not be considered. Questions regarding requirement may be addressed in writing to Federal Prison Industries, 400 First Street N.W., Washington, DC 20534.
All forms necessary to submit a proposal as well as all clauses and provisions referenced in this announcement may be accessed at the following web site: www.arnet.gov/far/current. Forms are available on web site: www.unicor.gov/procurement/proforms.htm. A completed ACH form must be on file prior to contract award.
Original Point of Contact: Valerie Young, Contracting Officer, Phone 202-307-0671, Fax 202-305-7365, Email vyoung@central.unicor.gov.
Trash Removal
Combine Synopsis/Solicitation
General Information
Document Type: Modification to a Previous Presolicitation Notice
Solicitation Number: 6200002595
Contracting Office Address: Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
Description: Solicitation number 6200002595, originally posted on 8/15/03, is hereby cancelled in its entirety. Solicitation will be re-issued, under a NEW solicitation number, with all appropriate information.
Offerors who have previously submitted an offer under Solicitation number 620002595, are required to submit an offer for this requirement under the NEW solicitation number.
Original Point of Contact:
Valerie Young, Contracting Officer, Phone 202-307-0671, Fax 202-305-7365, Email vyoung@central.unicor.gov.
Place of Performance: Address: 4001 Leopard Drive, Texarkana, Texas 75505
Postal Code: 75505
Removal and Disposal of Used Rubber Scrap
Document Type: Combine Solicitation
Solicitation Number: N68836-04-T-0055
Set Aside: Total Small Business
Contracting Office Address: Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547
Description: This is a combined synopsis/solicitation for Removal and Disposal of Rubber Scrap 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 used. The solicitation Number N68836-04-T-0055 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. This soliciation is issued on a 100% Small Business Set-Aside. NAICS Code 562111. DRMO located at the Naval Air Station, Jacksonville, FL 32212 is requesting a one year contract for removal of rubber scrap from two different locations. The locations are: DRMO, Bldg 174, 8297 Roosevelt Blvd, Jacksonville, FL. and Camp Blanding, Bldg 2400, Starke, FL. The estimated poundage is 368,421 pounds at each location.
Contractor will pick up monthly from each location. Contractor must check-in with DRMO to have trucks weighed while empty and check-out to have trucks weighed after loading. DRMO will certify the truck weight before and after loading. There isn't a scale on the Camp Blanding Site. Contractor is responsible for providing documentation with invoices as to weights.
Period of Performance will be from the date of award through 30 Sep 2004.The following provisions apply: 52.212-1 Instructions to Offerors-Commerical Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Impement Statutes or Executive Orders-Commercial items, and citing: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commerical Items, and citing 252.225-7001, 52.236-9 Protection of Government Buildings, Equipment and Vegetation. 52.222-41, Service Contract Act of 1965, As amended (41 U.S.C. 351, et seq.) 52.222-41, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et. seq.) Offers are due by close of business on 17 Oct 2003 and may be faxed to 912-573-2659 or mailed to FISC Kings Bay, 930 USS Hunley Ave, RM 214, Kings Bay, GA 31547. Point of Contact is Nina A. Miller, PH: 912-573-6963. (See Numbered Note 1).
Original Point of Contact: Nina Miller, Purchasing Agent, Phone (912) 673-2001 x6963, Fax (912) 673-2191, Email Nina_A_Miller@jax.fisc.navy.mil
Place of Performance
Address: DRMO Bldg 174 8297 Roosevelt Blvd Jacksonville, FL
Postal Code: 32212
Salvage Services
Document Type: Presolicitation Notice
Solicitation Number: DeCA08-03-T-0122
Salvage services
Set Aside: Total Small Business
Contracting Office Address
Other Defense Agencies, Defense Commissary Agency, Contracting Bus Unit/Services Div, 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800
Description: Contractor shall furnish scheduled refuse services for March AFB Commissary located at March AFB, Riverside CA. This requirement is offered as a small business set-aside. The NAICS code is 562111 and small business size standard is $10.5 MIL. This request for quotation (RFQ) is scheduled to be issued on or about October 1, 2003 and will close on October 30, 2003. All requests for a copy of this solicitation must be in writing and include the requestor's name, address, phone number, fax number, e-mail address, DUNS number, cage code and solicitation number. Requests shall be addressed to the Defense Commissary Agency, Contracting Business Unit, CICDS Attn: Loria Samples, 1300 E Avenue, Fort Lee, VA 23801-1800 or may be faxed to (804)734-8598 or requested via e-mail at loria.samples@deca.mil. Telephone requests will not be accepted. The solicitation will be available on www.fedbizops.gov under ODA (Other Defense Agencies). Potential offerors are encouraged to use this web site to obtain a copy of the solicitation.
Original Point of Contact: Loria Samples, Contract Specialist, Phone (804) 734-8658, Fax (804) 734-8598, Email loria.samples@deca.mil - Faith Smith, Contracting Officer, Phone (804) 734-8341, Fax (804) 734-8669, Email faith.smith@deca.mil.
Place of Performance: Address: DeCA Commissary located at March AFB in Riverside, CA.