Recovery And Recycling
Document Type: Presolicitation Notice
Solicitation Number: SP070004TNQ18
Classification Code: 43 -- Pumps & compressors
Set Aside: Total Small Business
Contracting Office Address: DLA, Defense Supply Center Columbus; 3990 East Broad Street; P.O. BOX 16704; COLUMBUS, OH 43216-5010
Description: Proposed procurement for NSN 4330014117240 Recovery and Recycling EA Deliver To: XU TRANSPORTATION OFFICER
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.
http://dibbs2.dscc.dla.mil/downloads/rfq/8/sp070004tnq18.html
Trash Services
Document Type: Presolicitation Notice
Solicitation Number: FN1193-04
Naics Code: 562111 -- Solid Waste Collection
Contracting Office Address: Department of Justice, Federal Prison Industries/UNICOR, Procurement Branch, 320 First Street, N.W., Washington, DC, 20534
Description: UNICOR intends to enter into a five (5) year firm fixed price services type contract for trash services.
The solicitation number is FN1193-04 and this solicitation is issued as an Request For Proposal (RFP). This requirement is in accordance with Wage Determination #1994-2451 Rev. 24 ? Refuse Collector.
Refuse will be disposed of at the McKean County Landfill. This requirement is to pickup, haul, dump and return of a thirty (30) yard roll off dumpster containing sawdust and wood scraps.
This dumping is to be performed Monday through Friday.
This dumpster will be provided by Unicor McKean.
In the event of adverse weather or any Institution Emergency the rear gate will be closed and will not be reopened until authorized by the Chief Correctional Supervisor (Captain).
Contractor will be responsible for removing and properly disposing of furniture related
materials in accordance with Federal, EPA, State, County and City Ordinances and application regulations. There are no recyclable materials to dispose of at this time.
Contractors are responsible for any damages that occur to the rental containers and government owned property as a result of any negligence by the contractor in the performance of this service.
Contractors shall take into account that daily time delays will occur due to security checks when entering and exiting the facilities and shall not be construed as Government delays in the performance of the contract.
The government will not be required to pay for any changes without advance notification and authorization by contract specialist at FCI McKean.
. Pickups will not be performed on Federal Holidays.
Pickup must be performed between the hours of 5:15 a.m. and 6:00 a.m.
Waste disposal items are to be dumped at the McKean County Landfill, which is approximately 20 miles round trip mileage.
Tipping fees are to be paid directly by UNICOR Federal Prison Industries McKean to the County Landfill.
If a pickup is required, the contractor will be notified at least 12 hours in advance.
Notification will be by phone or agreed upon system between the contractor and government by the Contract Specialist, the Factory Manager or the Factory Managers Designee.
Additional, or less, pickups may be required depending on the production requirements of the factory.
These variations shall be calculated on a normal price basis.
Contractors will be required to follow all Institution rules and regulations concerning rear gate procedures.
Admittance into the Institution will be on a first come, first serve basis.
One contractor will not be given preference over any other contractor or Bureau of Prison Staff when entering the rear gate.
If the contractor needs to enter the rear gate a second time, he/she will return to the end of the line waiting to enter the rear gate.
All dumpsters shall be returned empty.
Any and all debris left on the ground, when any container is removed, shall be collected by the contractor prior to leaving the site.
Services will be monitored by the Contracting Officer?s Technical Representative, Mike Hays.
All drivers entering the institution will be subject to an National Crime Information Center Check, (NCIC Check), and must be approved to enter the institution by the Chief Correctional Supervisor, Captain.
Any individual not approved through the NCIC Process and by the captain cannot enter the institution to perform contractual duties.
It is up to the contractor to have personnel that will meet these requirements.
Approved NCIC Checks are only good for one year and the whole NCIC Check and Captain approval must be completed each year.
All equipment will be searched prior to entering the institution.
Offerors should insure that they have enough drivers cleared to enter the institution so that meeting these pick up times is not a problem.
To expedite entry into the institution all tools/equipment not required to perform the work should be left at the contractor?s place of business. In the event any dumpster needs to be left outside the institutional fenced area it needs be set at the back institutional pole barn grounds outside the perimeter fence.
The rear gate physical dimensions are 11? 4? wide and 13? 6? high.
All vehicles entering the rear gate must fit within these dimensions for entry into the institution through the rear gate.
.
This is a full and open competitive Request for Proposal for trash services.
Offerors are advised that the Government intends to evaluate offers and award on an all or none basis.
Offers shall submit signed and dated offers to UNICOR, Office Furniture Group, 320 First Street NW, 400 Building, 7th Floor, Washington, DC 20534, ATTN: Bid Custodian.
Solicitation number FN1193-04 shall be referenced on the envelope for all offers.
Fax proposals are accepted by the offer closing date and time at 202-353-7794.
It is advised that offerors call contracting officer before or immediately after sending proposal via facsimile to verify receipt of offer.
An original copy of the offer shall be mailed to the Bid Custodian within 2 days of offer closing date. Offers received after the exact time and date specified will not be considered.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
The following factors shall be used to evaluate proposals: Past performance and pricing. This is a best value procurement.
No copies of the solicitation will be mailed.
Solicitations may be obtained from our website at www.unicor.gov and www.eps.gov.
All responsible offerors may submit an offer which will be considered
(click on this link for further details) http://216.33.118.202/EPSData/DOJ/Synopses/4786/FN1193-04/FN1193-04.pdf
Removal/disposal of hazardous waste and waste management- DRMO Sagami, Japan
Document Type: Foreign Government Standard
Solicitation Number: SP4430-04-R-0003
Naics Code: 562211 -- Hazardous Waste Treatment and Disposal
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service - Hawaii, ATTN: DRMS-PH (Pacific) P O Box 64110 Bldg 12, Space 215, Camp H.M. Smith, HI, 96861-4110
Description: The Defense Reutilization and Marketing Service requires a service contract for a variety of hazardous waste (HW) management functions (e.g. inspecting, proper identification, packaging, loading, removal, transportation, disposal, recycling of hazardous waste at US Military installations serviced by DRMO Sagami, Sagamihara, Japan.
Requirements also include management of hazardous waste storage area at Yokosuka Naval Base Ship Repair Facility. Anticipated issue date of Solicitation SP4430-04-R-0003 is May 26,2004. Solication contains nine separate schedules for offerors to propose on.
Each schedule will be evaluated separately.
This solicitation will result in firm, fixed-price contracts with an 18 month base period and two 18 month option periods.
Offers will be evaluated using best value, with past performance more important than price.
Technical proposals will be required.
Please submit requests for proposal packages to Cathy Keith via e-mail at cathy.keith@dla.mil.
Original Point of Contact: Cathy Keith, Contracting Officer, Phone 808-477-5152, ext 256, Fax 808-477-1213, Email Cathy.Keith@mail.drms.dla.mil - Michelle Watson, Contract Specialist, Phone 808-477-5152 ext 286, Fax 808-477-1213, Email michelle.watson@dla.mil.
General Waste Disposal/Recycling
Document Type: Award Notice
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
Contract Award Number: V583P-3466
Contract Award Amount: $249,885
Contract Line Item Number:
Contractor: Republic Waste Services of Indiana, 832 Langsdale Avenue, Indianapolis, Indiana, 46202