Environmental Services
Sources Sought Notice
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, Pearl Harbor, Hawaii is soliciting information for potential sources to provide environmental services for the Navy Public Works Center, Pearl Harbor and its customers at various locations on Oahu, Hawaii.
This acquisition is an A-76 cost comparison study that will comply with the procedures prescribed in Office of Management and Budget Circular No. A-76, the "Commercial Activities" (CA) program.
This A-76 cost comparison study will examine the possibility of converting Government "in-house" operations to contractor operations. A cost comparison to determine the feasibility and economy of converting the environmental services and related functions performed by Government personnel to contract performance will be conducted. 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 to be performed include: (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) Biosolid 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 period of performance is expected to include a base period with option provisions to extend the term in subsequent years for a total period not to exceed 60 months. The North American Industry Classification System (NAICS) Code is 562211 (previously SIC Code 4953). The applicable size standard is $10.5 million. Interested sources should provide a letter of interest by 21 Oct 02, via email in Microsoft Word form to: pacdiva76@efdpac.navfac.navy.mil or fax at (808) 471-5881. The letter of interest should include the name and address of your firm, point of contact(s), including telephone number, business size, a brief company profile, information reflecting similar experience that relates to this requirement, and pertinent information for on-going contracts or contracts completed within the last five years. If responding as a joint venture, the above information must be received on each company participating in the joint venture.
Small businesses who do not have the requisite experience to manage the multi-function services are encouraged to address possible teaming arrangements with other businesses that, together, would demonstrate the potential to perform a contract of this size. This is not a request for proposal.
Original Point of Contact: Jill Nii, Contracting Officer, Phone (808) 474-2038, Fax (808) 471-5881, Email pacdiva76@efdpac.navfac.navy.mil
Refuse & Recycle Services
Document Type: Presolicitation Notice
Contracting Office Address: Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
Description: This Synopsis and Solicitation replace F05611-02-R-0023. The USAF Academy intends to solicit proposals for a contract to provide Base-Wide (including Family Housing) Refuse and Recycle Services at the USAF Academy, Colorado. The contractor shall provide all management, personnel, labor, equipment, tools, materials, supplies, supervision, and transportation associated with Refuse and Recycling services.
Refuse services shall require the emptying, cleaning and general maintenance of approximately 380 receptacles at various times and at various sites throughout the Base (including an off-site recreation area). These services are subject to the Service Contract Act of 1965.
The Request for Proposal (RFP) and all associated documents, when issued, will be posted on Federal Business Opportunities at http://www.eps.gov under Federal Business Opportunities for vendors, USAF offices, direct reporting units-locations, 10 ABW/LGC-POSTED DATE.
This RFP, using capability, past performance and price/costs will constitute the only solicitation. Offerors are encouraged to subscribe/register for this solicitation number, F05611-02-R-0029, through Federal Business Opportunities to ensure they will automatically receive all documents associated with the procurement in a timely manner.
Resulting contract shall be a firm, fixed price requirements contract with a basic period, estimated to begin 1 December 2002 to 30 September 2003 and four one-year option periods. The North American Industry Classification System (NAICS) code is 56211 (Standard Industrial Classification code is 4953), and the business size standard is $12 million. Point of contact: Robert Baker, Contract Specialist, (719) 333-4724, or e-mail: robert.baker@usafa.af.mil or Beth Moronese, Contracting Officer, (719) 333-6677, or e-mail: beth.moronese@usafa.af.mil.
Concrete Crushing/Demolition
Presolicitation Notice
Set Aside: Total Small Business
Contracting Office Address: Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205.
Description: The project is a demolition/crushing project with a magnitude of $100,000 and $250,000. NAICS is 235940. Description of work is as follows: Contractor to provide all equipment, labor, supervision, materials, and supplies necessary to crush 20-25K tons of above ground concrete construction debris. There will be larger pieces too big to fit in crushers. This requires an estimated 200 man hours to crush.
The Air Force intends to retain ownership of all crushed concrete. This project is on Grand Forks AFB, ND. This will be a small business set-aside. Period of performance is 30 days. We intend to release the solicitation on or around 24 Sep 02. No paper copies or CD-ROM's will be issued. All contractors MUST be registered in the Central Contractor Database or their proposal will not be considered. This requirement is currently unfunded, however we expect to have funds no later than 30 Sep. Air Force Small Business programs and information can be found at www.selltoairforce.org.
Original Point of Contact: Matt Sanders, Contract Specialist, Phone (701) 747-6103, Fax (701) 747-4215, Email matt.sanders@grandforks.af.mil - Graham Pritchett, Team Lead (B1), Phone (701) 747-5345, Fax (701)747-4215, Email graham.pritchett@grandforks.af.mil.
Latest from Recycling Today
- 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
- Flexible plastic packaging initiative launches in Canada