Pickup, transportation, and disposal of RCRA and PCB Hazardous Waste Plus Management Services
Document Type: Pre-Solicitation Notice
Solicitation Number: SP4400-03-R-0012
Set Aside: Total Small Business
Contracting Office Address: Defense Logistics Agency, Logistics Operations, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49017-3092
Description: Full Service Management of Hazardous Waste Program at DRMOs Dyess, Hood and Sheppard to include collection, storage, processing, transportation for final treatment, disposal or recycling; management of collection accumulation points, data management, preparation of reports and environmental training of base personnel. All responsible sources may submit an offer which will be considered. This is a small business set-aside procurement.
Original Point of Contact: Jeffrey Hisey, Contracting Officer, Phone 269-961-7489, Fax 269-961-4417, Email Jeffrey.Hisey@mail.drms.dla.mil - Kathy Smalley, Contracting Officer, Phone 269-961-4073, Fax 269-961-4474, Email Kathy.Smalley@mail.drms.dla.mil.
Place of Performance
Address: DRMOs Dyess, Hood Sheppard Texas
Collection and Recycling Services
Document Type: Presolicitation Notice
Solicitation Number: F61521-02-R-5008
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 contractor shall provide all personnel, equipment (to include all containers), tools, materials, vehicles, supervision, and other items to perform collection and recycling services in the Kaiserslautern Military Community, Germany in accordance with the attached Statement of Work.
Original Point of Contact: Deborah Spangler, Supervisory Contract Specialist, Phone (49) 6315367525, Fax (49) 6315368447, Email deborah.spangler@ramstein.af.mil - William Barron, SSgt, Phone 0631 536 7587, Fax 0631 353 9193, Email william.barron@ramstein.af.mil.
Place of Performance: Kaiserslautern Military Community, Germany, 67663
Closed Loop Vehicle Wash Rack Recycling System
Document Type: Presolicitation Notice
Solicitation Number: M0068103T0081
Contracting Office Address: P. O. Box 1609 Oceanside, CA
Description: The Regional Contracting Office, SW is soliciting offers for a closed loop wash rack recycling system to be installed aboard Camp Pendelton, CA. This solicitation is being issued as a Small Business Set-Aside. The NAICS code for this acquisition is 333319 with a size standard of 500 employees. The Government contemplates awarding a Firm Fixed Price contract. This acquisition is being issued using simplified acquisition procedures, under the authority of the Commercial Items Test Program. The solicitation will be available at the website provided below. Click on "Business Opportunities" and search for Solicitation M00681-03-T-0081.
Original Point of Contact: Sgt LaToya S. Vann 760-725-8142 Fax: 760-725-8445/4346.
Click here to contact the contracting officer at vannls@pendleton.usmc.mil
Trash Services
Document Type: Presolicitation Notice
Solicitation Number: FN1144-03
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 firm fixed price services type contract for trash services. The solicitation number is FN1144-03 and this solicitation is issued as an Request For Proposal (RFP). Refuse will be disposed of at the Lycoming County Landfill. FCC Allenwood, and will incur no landfill disposal charges. Successful offeror will have to provide drivers to participate in an Institution Orientation Class to obtain contractors badge. After award drivers will also be required to provide Name, SS #, Drivers License for a NCIC background check, before access to institution is granted. FCC Allenwood will call the contractor when pick up is required. If UNICOR contacts the contractor before 12:00 noon, the contractor should be there for pickup before 5:30 am for all containers except the sawdust containers.
If contacted for sawdust container pickup before 12:00 noon, they should be there for pickup before 8:00am the next day. All offerors should insure that they have enough drivers cleared to enter the institution so that meeting these pick up times is not a problem. Contractor shall provide all equipment (to include containers, supervision, and labor necessary to collect and properly dispose of furniture related materials from UNICOR Federal Correctional Institution, Allenwood, Pa. Item 0001 (3) 45 yard dumpsters for scrap wood removal. These containers are located at the Low Security Institution. These three containers will have lids secured on top of them and will be provided by UNICOR. Item 0002 (1) 45 yard container for trash removal. This container must be an enclosed unit accessible from the rear and is located at the Low Security Institution. Item 0003 1 (30) yard container for trash removal. This container must be an enclosed unit accessible from the top. This unit is located at the Medium Security Institution and has a lid that is to be provided by the contractor. Item 0004 Dumping charge of line items 0001 and sawdust. Offeror shall include the charge for exchanging and dumping of the containers listed in line 0001 and 0002 sawdust containers that are owned by UNICOR.
There are (3) 45 yard containers and (2) sawdust containers, (2) 45 yard container and (1) sawdust container are located inside the Low Security Institution. There is (1) 45 yard container and (1) sawdust container located outside the Institution but are on prison property. This will allow the contractor to exchange an empty container for a full container, transport to the landfill, and return the container to prison property. The contractor only enters the Institution once for each container. The 45 yd containers must be exchanged prior to 5:30 am. The sawdust container can be exchanged throughout the day. Item 0005 - Dumping the containers listed in items 0002 and 0003. These containers need to be picked up, transported to the landfill, and returned inside the Institution. They must be picked up prior to 5:30 am. 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. Contractor will be required to clean area around dumpster after each pull and to ensure that the unit is hosed out with disinfectants after the waste is disposed of and completely empty before returning to their appropriated locations.
The contractor shall provide all necessary maintenance of the containers and all other related equipment used in the performance of this contract. 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.
Contractor will enter the institution thirty (30) minutes before services are to be performed. Contractor will abide by all security procedures administered by the government prior to entrance and departing the institution. This is subject to change at any time due to security measures implemented by the Government (UNICOR FPI). During peak times, pick ups may occur more frequently, contractor will be notified by the contracting officer of any additional pickups. 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 sanitary landfill charges. The government will not be required to pay for any changes without advance notification and authorization by contract specialist at FCC Allenwood.
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, A TIN: Bid Custodian.
Solicitation number FN1143-03 shall be referenced on the envelope for all offers. Fax proposals are accepted by the offer closing date and time at 202-305- 7337. 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.
All questions concerning this requirement shall be submitted to Tee Cavanaugh, Contracting officer by fax at 202-305-7337 or email, tcavanaugh@central.unicor.gov. 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.
Original Point of Contact: Tatea Cavanaugh, Contracting Officer, Phone 202-305-7302, Fax 202-305-7337/7350, Email tcavanaugh@central.unicor.gov.
Place of Performance: UNICOR, FCC Allenwood, Golf Course Road, Montgomery, PA , 17752
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