Trash Removal and Recycling Services
Modification to a Previous Presolicitation Notice
Solicitation Number: 246-05-01609
Set Aside: Total Small Business
Contracting Office Address: Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), Supply Building #27, Hampton, Virginia 23667
Description: The VA Medical Center, Asheville, North Carolina has a need for trash/refuse removal and recycling services.
The solicitation is being issued as a Request for Proposal (RFP). The solicitation number is 246-05-01609. This requirement is a 100% Total Small Business Set Aside. The NAICS code is 562111 and the small business size standard is $10.5M.
Contract period is for one year from the date of award plus four option years. This requirement is subject to availability of funds.
Request for hard copy of the solicitation must in writing and sent to the ATTN: Michael G. Hagan. Fax number is (757) 728-3132. Electronic proposals will not be accepted.
Original Point of Contact: Point of Contact - Michael Hagan, Contract Specialist, Ph: (757) 728-7021. Contracting Officer - Michael Hagan, Contract Specialist, Ph:(757) 728-7021.
Email your questions to Michael Hagan at michael.hagan@med.va.gov.
Glass Pulverizer System
Document Type: Presolicitation Notice
Solicitation Number: FA3020-04-T-0053
Set Aside: Total Small Business
NAICS Code: 333319 -- Other Commercial and Service Industry Machinery Manufacturing
Contracting Office Address: Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron 136 K Avenue Ste 1, Sheppard AFB, TX, 76311-2746
Description: Andela Glass Pulverizer System, Model GP-05L, (1 + tons/hour), "Or Equal" Dimensions: length 8' 8", width 5' 8", height adjustable.
Pulverizer includes: machine input opening of 12.5" x 12.5", barrel diameter and length 16" x 34", barrel liner made of abrasion resistant steel, 7.5 horse power motor, 28 flailing arm/hardened steel hammers. Trommel includes: 7" diameter rotating brushes, 1 horse power motor, two stainless steel woven wire screens, 24" OD x 2' long and one with 1/8" and one with 3/8" or as specified. Pulverizer includes protective safety guards on cover input hopper, drive unit and bearings. Electrical motor voltage 230/460 VAC, 60 HZ, 3 phase.
Shipping weight is 2,100 lbs.
To support in-house-Qualified Recycling Program. Reference HQ AETC/CEVQ Memo dated 26 Nov 2003. RE: Staff Assistance Vivit (SAV) for Sheppard AFB Qualified Recycling Program.
Original Point of Contact: Austin Haylock, Contract Specialist, Phone (940) 676-2012, Fax (940) 676-5176, Email Austin.Haylock@Sheppard.AF.Mil - Mark Snyder, Contracting Officer, Phone (940) 676-7653, Fax (940) 676-2178, Email mark.snyder@sheppard.af.mil.
Trash And Refuse Collection Services And Operation Of Recycling Center At Fort Leonard Wood, Missouri And Lake Ozark Recreation Center
Document Type: Presolicitation Notice
Solicitation Number: W911S7-04-R-TRASH
Set Aside: 8a Competitive
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: ACA, Maneuver Support Center and Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
Description:
This is a proposed sole source acquisition to J.K. Hill and Associates,inc., Norfolk, Virginia, for trash and refuse collection and operation of a government owned recycling center at Fort Leonard Wood, Missouri and Lake of the Ozarks recreation center for the period of 16 September 2004 through 31 December 2004. Responsible 8(a) firms may request additional information and submit a bid, proposal, or quotation, which will be considered by Fort Leonard Wood, Missouri.
If no bids, proposal, or quotations are received from responsible 8(a) firms, award will be made to J.K. Hill and Associates, Inc. on 8 September 2004.
Original Point of Contact: Donna Hickey, (573) 596-0254.
Email your questions to ACA, Maneuver Support Center and Fort Leonard Wood at hickeyd@wood.army.mil.
Remove Steamship "NOBSKA" from Dry Dock 1, Boston National Histrorical Park, Charlestown Navy Yard, Boston, Massachusetts.
Document Type: Presolicitation Notice
Solicitation Number: N1720040511
Contracting Office Address: NER - BOST Boston National Historical Park Charlestown Navy Yard, Building I Boston MA 02129
Description:
This solicitation will be available at http://ideasec.nbc.gov on or about September 15, 2004 with a bid opening date of approximately 45 days following issuance. Paper copies of this solicitation will not be issued and telephone requests or fax requests for this solicitation will not be accepted.
Description: Remove Steamship "NOBSKA" from Dry Dock 1, Boston National Historical Park, Charlestown Navy Yard, Boston, Massachusetts.
Solicitation Number N1720040511. This project includes demolition, dismantlement and removal of the derelict steel coastal steamship, SS Nobska from Dry Dock 1 in the Charlestown Navy Yard.
The demolition process will involve the removal of hazardous materials from the Nobska as well as dismantling and recycling steel components of the ship.
The demolition process will involve using torches to cut up the ship while it is in dry dock.
Disposal of all non recyclable components such as timber decks and roofing materials will be at an approved, licensed landfill. The Nobska is a 210-foot coastal steamer that was placed in Dry Dock in 1997 under a cooperative agreement to restore the ship so it could be placed back in service.
Work on the ship ceased due to lack of funding at such a stage that the ship will no longer float and has fallen into a state of neglect and disrepair.
Dry Dock 1 can not be used as long as the Nobska occupies the dry dock. It is urgent that the dry dock be available to the USS Constitution at Boston National Historical Park. Alternatives to demolition and dismantling the SS Nobska will also be considered.
Parties must be able to demonstrate financial and technical ability to undertake the intact removal within the same time frame as established for removal by dismantling.
In addition, should such a proposal be acceptable, the proposer will be required to enter into a preservation agreement with the Massachusetts State Historical Preservation Officer as a part of the terms of transfer of ownership from the National Park Service to the proposer.
Evaluation factors for both award for demolition and, award for relocation are included in Section M of solicitation.
The National Park Service anticipates entering into a firm fixed-price contract as a result of this solicitation.
There is no set aside for this solicitation and as such is open to all concerns regardless of size.
The NAICS code for this project is 488330 with a small business size standard of $6.0 million.
The contract performance period is 60 calendar days for Base Bid following Notice to Proceed.
In accordance with FAR Section 36.204, the estimated price range for this project is between $250,000 and $500,000.
Contractors are urged to make a site visit to ascertain existing work conditions.
A pre-bid conference will be held on September 30, 2004 at 10:00AM, further details will be described in the solicitation.
All interested bidders are encouraged to attend.
The point of contact for this solicitation is Paul M. Cincotta, Contract Specialist, National Park Service, Boston National Historical Park, Charlestown Navy Yard, Boston, Massachusetts.
Email address is paul_cincotta@nps.gov and the voice telephone is 617-242-5681.
Sale Of Misc. Scrap Aluminum, Stainless Steel, And Copper Wire And Cable
Document Type: Sale of Surplus Property
Solicitation Number: NASA-SSALE-040824-001
Contracting Office Address: NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description: Sealed Bid Sale of Misc. Scrap Aluminum, Stainless Steel, and Copper Wire and Cable.
Property is located at the NASA, John F. Kennedy Space Center, Kennedy Space Center, FL.
Inspection dates are September 7 - 21, 2004, from 9:00 am to 3:00 pm, local time.
Bid opening is September 21, 2004, at 2:00 pm local time.
A copy of the Invitation for Bid may be obtained from the Internet at: http://surplus.ksc.nasa.gov or call 321-867-2287 and ask for Sale Number 804200-2004-0025.
Original Point of Contact: Pauletta K. McGinnis, Sales Contracting Officer, Phone (321) 867-7027, Fax (321) 867-2588, Email Pauletta.K.McGinnis@nasa.gov
Email your questions to Pauletta K. McGinnis at Pauletta.K.McGinnis@nasa.gov
Click here for the latest information about this notice -- http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#112154
Document Shredding Services for DFAS Orlando, Florida
Document Type: Combine Solicitation
Solicitation Number: HQ0423-04-T-0018
Set Aside: Total Small Business
NAICS Code: 561499 -- All Other Business Support Services
Contracting Office Address: Other Defense Agencies, Defense Finance and Accounting Service, Acquisition Services, Columbus, 3990 East Broad Street, Columbus, OH, 43218
Description: This is a combined synopsis solicitation for commercial services 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. HQ0423-04-T-0018 is issued as a request for quotation (RFQ).
To obtain a copy of the RFQ to include the Statement of Work, contact Cheri Bowell, Contract Specialist, at (614)693-1975 or by email at Cheri.Bowell@dfas.mil.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24.
This requirement is 100% set-aside for small business and the associated NAICS code is 561499, Business Support Services, and the small business size standard is $6 MIL.
The requirement is for document shredding services at the Defense Finance and Accounting Service (DFAS) Orlando, Florida.
This is a total performance contract in that all contract requirements must be maintained at all times. There will be no additional compensation for pre-existing conditions. The contractor shall furnish all labor, supervision, equipment, and materials necessary to provide the document shredding services in accordance with the requirements as specified in the Statement of Work included in the solicitation and identified below. The services include shredding, collection of containers, weighing of containers, transport and disposal of shredded materials and replacement of containers. These services shall be performed in accordance with the schedules provided in the Statement of Work.
The resulting contract will be for one base year and include four option years.
The base year period of performance is to be October 1, 2004 through September 30, 2005 with inspection and acceptance at destination and F.O.B. destination. The following clauses and provisions apply to include any addenda. 52.204-3 Taxpayer Identification, 52.217-9 Option to Extend the Term of the Contract, 52.219-1 Small Business Program Representation, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.232-19 Availability of Funds for the Next Fiscal Year, 52.239-1 Privacy or Security Safeguards, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-3 Alt I Offeror Representations and Certifications Commercial Items Alternate I, 52.212-4 Contract Terms and Conditions Commercial Items, 52.217-5 Evaluation Of Options, 52.219-6 Notice Of Total Small Business Set-Aside, 52.222-26 Equal Opportunity, 52.242-15 Stop-Work Order, 52.243-1 Alt I Changes Fixed Price Alternate I, 52.243-5
Changes and Changed Conditions, 52.246-1 Contractor Inspection Requirements, 52.247-34 F.O.B. Destination, 252.204-7000 Disclosure Of Information, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A Required Central Contractor Registration Alternate A, 252.219-7011 Notification to Delay Performance, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing Of Contract Modifications, 252.246-7000 Material Inspection And Receiving Report.
The Defense Priorities and Allocations System (DPAS) assigned rating is DO-C9.
The applicable Numbered Notes are 1 and 9. Offers are due by September 10, 2004 at 12:00 AM to Defense Finance and Accounting Service, DFAS-CSD-RAA/CO, Cheri Bowell, Building 21, Room 2B219, 3990 East Broad Street, Columbus, OH 43213-1152.
For information, contact Cheri Bowell at (614)693-1975, facsimile at (614) 693-5674 or email to Cheri.Bowell@dfas.mil.
Statement of Work:
1. SCOPE - Contractor shall furnish all equipment and labor necessary to perform weekly on-site shredding service.
2. LOCATION - Defense Finance and Accounting Service, 2500 Leahy Avenue, Orlando, FL 32893.
3. PERIOD OF PERFORMANCE - Services to be performed on a weekly basis beginning October 1, 2004 through September 30, 2005 (Base period).
There are also 4-one year option periods.
4. GENERAL
4.1. GOVERNMENT POINT OF CONTACT - The GPOC will act, onsite, as the technical point-of contact for the Government. The GPOC?s authority is limited to technical issues and acceptance of work performed. The GPOC is not authorized to make contractual decisions. The authority to resolve monetary issues and contractual interpretation is the responsibility of the Contracting Officer. The GPOC for this requirement is Glenn Osborn, (407) 646-4620.
4.2. WORKING HOURS - Regular working hours shall be between 7:00 a.m. and 4:30 p.m., Monday through Friday, excluding Government holidays.
4.3. WORK OUTSIDE REGULAR HOURS - Work outside of regular working hours requires approval by DFAS Management. Make request a minimum of two working days prior to such work, giving specific dates, hours, and type of work to be performed. Based on the justification provided, DFAS Management may approve work outside the regular working hours.
5. CONTRACTOR REQUIREMENTS
5.1. GENERAL DESCRIPTION - Shredded materials shall be in accordance laws/regulations concerning ?Privacy Act Information?. The contractor shall provide secure containers necessary to accommodate the shredding service. Containers shall be supplied with individual locks and keys (keys may be common to all locks). The containers shall be of two styles, executive and wheeled tub type. The number, type of container and container locations will be determined by DFAS management. The government reserves the right to add/delete or relocate containers at no additional cost.
5.2 TASK DESCRIPTIONS
5.2.1 The Contractor shall collect containers placed at various locations within the DFAS Orlando facility.
5.2.2 The Contractor shall accurately weigh each container, shred all contents of containers on-site and return each container to its original site.
5.2.3 The Contractor shall provide a ?Certificate of Destruction? to verify that all materials have been destroyed and a receipt showing the total pounds of material shredded to the GPOC.
5.2.4 The Contractor shall transport all shredded materials off government property and dispose of in accordance with local/state regulations.
5.3 WORK RESTRICTIONS - The Contractor shall ensure that Contractor personnel employed on the Activity become familiar with and obey Activity regulations including safety, fire, traffic, and security regulations. Keep within the limits of the work and avenues of ingress and egress. Do not enter any restricted areas unless required to do so and until cleared for such entry. The Contractor's equipment shall be conspicuously marked for identification.
5.4 SECURITY REQUIREMENTS
5.4.1 The Contractor shall provide to the GPOC and the DFAS Security Officer an Entry Authorization List (EAL) on company letterhead with the names of employees who will require access to the facility. The EAL must contain the following information: Employee’s full name, date of birth, social security number, driver?s license number with state of issue. The Contractor and contract employees are required to maintain a security clearance substantial for handling sensitive information. The Contractor shall provide proof of clearances EAL requirements. The EAL must be submitted within five (5) days after contract award and within (1) day of any change(s).
5.4.2 Contractor employees are required to enter through the main lobby for access to the DFAS-Orlando site and have in their possession picture identification. Visitor/Contractor badges will be furnished to all employees and must be worn so they are clearly visible at all times. Badges must be returned to the issuing office when leaving DFAS property. Contractor employees are required to immediately report instances of lost or stolen badges to the DFAS Security Officer.
5.4.3 Any contractor employee who does not comply with security requirements will be denied access to the facility.
5.5 SAFETY REQUIREMENTS - The Contractor/contractor employees shall adhere to OSHA safety standards/regulations.
High Security Shredder
Document Type: Combine Solicitation
Solicitation Number: Reference-Number-F1SFTS41917800
NAICS Code: 333313 -- Office Machinery Manufacturing
Contracting Office Address: Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano) Via Monte Colombera, 33081 Aviano (PN), ., 33081
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Only faxed or e-mailed quotations will be accepted. This solicitation, F1SFTS4197800 is a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. Full and Open Competition is being utilized subject to the following:
Line item 0001: high security shredder with entry width of 12", shred size 1mm x 4mm, sheet capacity 10, motor peak 1.21 hp, waste capacity 20 gal, auto on/off. shredder is in compliance with nsa/css specification 02/01. QTY 3. Suggested source Capital Shredder or equal.
Line item 0002: Shipping
The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this solicitation. The provisions at FAR 52.212-2 Evaluation - Commercial Items applies to this solicitation.
Award will be made to the quotation, which offers the best value to the government based on an integrated assessment of price, delivery and past performance.
Offerors must provide the name, POC, phone number, and purchase order of 3 most recent customers to whom delivery of relevant products were made.
Multiple awards may be accomplished if any items are determined to be unbalanced.
The Government also reserves the right to make no award at all. Offers shall be good for a minimum of 90 days. Quotation shall include separate pricing for delivery as follows: (1) Shipping and any and all other costs associated in making delivery to Aviano Air Base, Italy.
Offerors submitting offers on products considered equal to the Manufacturer specified are required to submit with its offer descriptive literature in sufficient detail to permit a complete and accurate evaluation of the products offered.
Offerors shall include with the submission of their offer a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items.
The clause at FAR 52.211-6, Brand name or equal’ Commercial Items applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition; the clause at FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration applies to this solicitation, The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items applies to this solicitation, the clause at DFARS 252.225-7042 Authorization to Perform applies to this solicitation, the clause at DFARS 252.233-7001 Choice of Law (Overseas) applies to this solicitation, the clause at DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties applies to this solicitation.
Offers shall be submitted via fax 0039-0434-66-8758 or email to danny.torrence@aviano.af.mil. Direct any questions or concerns to Amn Dan Torrence Commercial line: 0039-0434-66-7451/7338.
Latest from Recycling Today
- 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
- Oregon county expands options for hard-to-recycling items