Environmental IDIQ
Document Type: Presolicitation Notice
Solicitation Number: FA5613-04-R-3001
Contracting Office Address: Department of the Air Force, United States Air Force Europe, USAFE Contracting Squadron, USAFE Contracting Squadron UNIT 3115, APO, AE, 09094-3115
Description: The USAFE Contracting Squadron intends to procure an Environmental contract. The successful vendor must be licensed and registered to perform work in the Federal Republic of Germany. Foreign contractors are permitted to participate at the prime contractor level on any or all contracts involved in the acquisition.
The North American Industry Classification System (NAICS) code is 562910. The project magnitude is estimated between $10,000,000.00 and $25,000,000.00.
The work shall consist of a variety of trades such as landscaping, planting, herbicide controlling, emergency work in environment, asbestos, Poly-Aromatic Hydrocarbon (PAH), heavy metal decontamination, back-building, recycling of trash and contaminated trash, decontamination of soil and water, decontamination of groundwater, decontamination of drainage systems, and of soil by operation in available bio-bed, installation of oil traps as well as experts work pre-investigations, preparing of sanitation plan, testing, analysis, judgments and advisories and additional work like earth work, drainage work and street work, directly involved into the decontamination measures on Army and surrounding Installations within a 70 km radius of Rhine Ordnance Barracks, Kaiserslautern, Germany.
All work shall be in conformance with the drawings and specifications including the furnishing of all materials, labor, plant, tools, equipment, transportation, and services (including engineering/technical design support) and incidentals thereto. A firm-fixed price, multiple award, Indefinite Delivery Indefinite Quantity contract is contemplated.
The government anticipates awarding a 12-month basic period, and four 12-month option periods. The successful contractor will be selected using Performance Price Tradeoff (PPT) procedures resulting in the best value to the government. Past Performance is significantly more important than price.
The solicitation will be issued electronically via the Internet on the Federal Business Opportunities website at http://www/fedbizopps.gov on or about 16 February 2004. The proposal due date will be specified in the solicitation.
The Unit Price Book must be picked up at the USAFE Contracting Squadron, Rhine Ordnance Barracks, Bldg 164, Rm 312 on the solicitation issue date.
A preproposal conference will be held 27 February 2004. The government intends to use the Federal Business Opportunities website as the primary means of disseminating and exchanging information. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon interested contractors to review the website frequently for any updates/amendments to any and all documents. Interested vendors should subscribe to receive procurement announcements related to this solicitation by registering in the Vendor Notification Services by clicking on the, Register as Interested Vendors, and Register to Receive Notification buttons on the FedBizOpps website.
The primary point of contact is Monica Robinson, telephone number: 49-(0) 631-536-8442, facsimile number: 49-(0) 631-536-8445. Any questions may be emailed to the following address: Monica.Robinson@ramstein.af.mil.
Correspondence may be mailed to USAFE Contracting Squadron/LGCA-K, Attn: Monica Robinson, AM Opelkreisel, ROB, GEB 164, 67663 Kaiserslautern.
Original Point of Contact: Monica Robinson, Mrs, Phone (49) 631 536 8442, Fax (49) 631 536 8508, Email Monica.Robinson@ramstein.af.mil - Jason Dugan, Mr, Phone (49) 631 536 6615, Fax (49) 631 536, Email Jason.Dugan@ramstein.af.mil
General Waste Disposal/Recycling
Document Type: Presolicitation Notice
Solicitation Number: 583-41-04
Contracting Office Address: Attn: Richard L. Roudebush Department of Veterans Affairs Medical Center, (583/90C), 1481 W. 10th Street, Building No. 1, Room A-B040, Indianapolis, Indiana 46202
Description: The Richard L. Roudebush VA Medical Center, Indianapolis, Indiana has a requirement to provide General Waste Disposal/Recycling.
The contract period will be for one (1) year from contract award, with up to four (4) one year renewal options, if exercised.
This procurement is 100% set-aside for Small Business. NAICS code is 562111, size standard is $10.5M.
This procurement will be conducted in accordance with FAR Parts 12 and 13.5. The solicitation document is available electronically at http://www.bos.oamms.va.gov. All other requests shall be submitted in writing, via fax at 317/554-0200 or e-mail to susan.hargett@med.va.gov.
Verbal requests will not be accepted. Offers are due on or before February 18, 2004, 4:30PM local time.
Original Point of Contact: Contracting Officer - Susan E. Hargett, Contract Specialist, (317) 554-0209. Email your questions to Susan E. Hargett at susan.hargett@med.va.gov.
Recycling Collection Containers and Waste Receptacles
Document Type: Presolicitation Notice
Solicitation Number: 7FCM-C4-03-0073-B.FSG-72
Contracting Office Address: General Services Administration, Federal Supply Service (FSS), General Products Center (7FX), 819 Taylor Street Room 6A24, Fort Worth, TX, 76102
Description:
GSA Multiple Award Schedule Solicitation. The General Products Acquisition Center, Fort Worth, TX, is issuing a refreshed solicitation for the Core Business Line (CBL) for Schedule 073, Food Service, Hospitality, Cleaning Equipment and Supplies, Chemicals, and Services.
The solicitation number is 7FCM-C4-03-0073-B, and is effective 1/15/04. This solicitation includes the following product/services: FSC Group 68: Chemicals and Chemical Products (Attachment 1); FSC Group 72: Recycling Collection Containers and Waste Receptacles (Attachment 2); FSC Group 73: Food Service Equipment, Supplies, and Services (Attachment 3); FSC Group 79: Cleaning Equipment, Accessories, Janitorial Supplies, Cleaning Chemicals, and Sorbents (Attachment 4); and FSC Group 85: Toiletries, Personal Care Items, Linens, and Lodging and Hospitality Supplies and Services, and Hospitality Wear (Attachment 5). This solicitation is issued electronically only. Interested parties may access the solicitation at: http://www.fedbizopps.gov.
This site provides instructions for downloading the solicitation files. Search using Solicitation Number 7FCM-C4-03-0073-B (include the dashes). For information regarding the solicitation, please see the synopsis posted for Solicitation Number 7FCM-C4-03-0073-B.
Original Point of Contact: Francis Wilson, Contract Specialist, Phone 817-978-4542, Fax 817-978-8739, Email frank.wilson@gsa.gov.
Refuse Collecting, Transferring and Operating Solid Waste Landfill Services.
Document Type: Presolicitation Notice
Solicitation Number: W911RX-04-B-0002
Set Aside: 8a Competitive
Contracting Office Address: ACA, Fort Riley, Directorate of Contracting, PO Box 2248, Fort Riley, KS 66442-0248
Description: This acquisition is for Refuse Collecting, Transferring and Operating Solid Waste landfill Services. The place of performance is Fort Riley, Kansas. The service will be procured as a competitive set-aside under section 8(a) of the Small Business Act.
The project consists of furnishing all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform refuse and recyclable services at Fort Riley, Kansas. This shall include the refuse, yard waste and recyclable material collection in family housing areas; refuse, yard waste and recyclable material collection in other than family housing areas; maintenance of refuse containers; repair or replacement of trash carts. In addition, the Contractor shall deliver refuse to an off-post transfer station.
The Contractor shall deliver recyclable materials to the For Riley Recycle Center. The Contractor shall also operate the C/D Landfill for the entire Fort Riley Installation.
The proposed contract will be a firm fixed price contract. The period of performance is anticipated for one base year, beginning June 1, 2004 through June 30, 2005, plus four option years. The Standard Industrial Classification (SIC) code is S205. NAIC S is 562212/$ 10.5 Million. All potential offerors are reminded, in accordance with DFARS 252.204-7004, required central contractor registration (Nov 2001), lack of registration in the CCR database will make an offeror ineligible for award.
The Invitation for Bid (IFB) will be available on or about February 17, 2004 with a closing date for proposals due 30 days after issuance of the IFB. In accordance with FAR 5.102(d), availability of the solicitation will be limited to the electronic medium. A tentative date for a site visit is February 23, 2004 at 09:00 a.m.
Those interested in attending the site visit must submit attendance information from the Fort Riley Contracting Web Site by going to the feedback section of the web page at http://www.riley.army.mil/Services/Fort/Contracting.asp.
This information must be received to this office no later than 10 February 2004. Additional details regarding the site visit will follow on this website. Make sure you check the website for any date changes. The Solicitation, Technical Exhibits and maps may be downloaded from the Directorate of Contractings home page at http://www.riley.army.mil/Services/Fort/Contracting.asp. Click on W911RX-04-B-0002 no earlier than the anticipated issue date. It is also posted on the Army Single Face to Industry at https://Acquisition.army.mil.
For further information on obtaining the solicitation contact Velia Pier at (785) 239-0488. All responsible sources may submit an offer, which will be considered. Notification of any changes (amendments) to the solicitation will be made only on the Internet.
Original Point of Contact: Velia Pier, 785-239-0488. Email your questions to ACA, Fort Riley at velia.pier@riley.army.mil.