Ohio DNR
The Ohio Department of Natural Resources, Division of Recycling and Litter Prevention is distributing a Request for Proposal (RFP) for a State Litter Study. This study will establish a baseline to develop a litter reduction goal. The objective of the study is to produce accurate, comprehensive litter data that reflects the overall annual amount by weight and volume, distribution and composition. This statewide study will be conducted during two seasons, spring (wet) and fall (dry) of 2003 and will include both urban and non-urban areas, on roadways, interchanges, and in public areas.
This litter study will be approved as two different phases. The applicant will submit a detailed proposal for each phase of the project. ODNR-DRLP will approve the consultant for each phase.
The work of the individual phases must be completed within the time frames of June 1, 2003 for the first phase and no later than November 1, 2003 for the second phase.
Upon completion of the first phase, ODNR-DRLP will evaluate the consultant's performance and the evaluation will be used by ODNR-DRLP in decisions pertaining to the selection of a consultant for the second phase of this project.
ODNR-DRLP intends to award two contracts to conduct the statewide litter study. The budget for this project is $100,000. Proposals are due to ODNR-DRLP by 5:00 p.m. Eastern Standard Time on February 28, 2003.
A copy of the RFP will be available at www.ohiodnr.com/recycling/research/sls on or before February 7, 2003.
The ODNR-DRLP contact for questions relating to this RFP and submission of proposals is: Jan Voelker, Research & Program Assistance Unit Manager, ODNR - Division of Recycling & Litter Prevention, 1889 Fountain Square Court, Building F-2
Columbus, Ohio 43224-1388.
Phone: 614-265-6368 FAX: 614-262-9387, e-mail: jan.voelker@dnr.state.oh.us.
Click here to see a copy of the RFP
Portable Rechargeable Battery Recycling
Document Type: Sources Sought Notice
Solicitation Number: 5003803
Posted Date: Jan 29, 2003
Original Response Date: Feb 21, 2003
Contracting Office Address
Attn: Department of Veterans Affairs Medical Center, Contracting Of= ficer, (90C), 113 Holland Avenue, Albany, New York 12208-3410
Description
The Department of Veterans Affairs Stratton VA Medical Center, Albany, NY is evaluating a proposal from a non-profit corporation to provide for environmentally safe collection, transportation and recycling of the Facility’s used portable rechargeable batteries. The VA contracting officer is conducting market research to identify potential sources who are interested, qualified, and capable of providing a Recycling Program to this Facility for used portable rechargeable batteries. Prospective offerors are invited to submit written information on the qualifications and capabilities to provide the materials and services associated with the Recycling Plan, together with a proposal detailing its approach and identifying all applicable costs. Please include names, addresses, and telephone numbers of current and former clients where such services were rendered. This synopsis is for the sole purpose of identifying potential sources and does not commit the Government to making an award. A determination not to compete this opportunity is solely within the discretion of the Government. Interested firms should forward their responses NO LATER THAN FEBRUARY 21, 2003 to: VA Contracting Officer (90NCA), Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208, Telefax No. (518) 626-6849
Original Point of Contact
Point of Contact - Karen Comiskey, Contract Specialist, (518) 626-6844, Contracting Officer - Joseph Turton, Senior Contract Specialist, (518) 626-6846
Email your questions to Joseph Turton at joseph.turton@med.va.gov.
Lithium Waste Disposal Services
Document Type: Presolicitation Notice
Solicitation Number: N0025303Q0056
Posted Date: Jan 23, 2003
Original Response Date: Feb 03, 2003
Original Archive Date: Mar 05, 2003
Contracting Office Address
N00253 Naval Undersea Warfare Center Division Keyport 610 Dowell Street Keyport, WA
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-03-Q-0056. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-11. The applicable NAICS Code for this requirement is 562211 and has a size standard of 500 employees. This requirement is a full and open competitive procurement, set-aside restrictions do not apply. The purchase order line items are: CLIN 0001: Pickup, Transportation, and Dispose (Recycle/Reclaim) 13 drums of Lithium contaminated hardware generated by NUWC Division Keyport, WA. Work to be performed in accordance with the Statement of Work. The Statement of Work is available for download as N00253-03-Q-0056 at http://kpt-eco.kpt.nuwc.navy.mil. Select item entitled Request for Quotes (RFQs) . N00253-03-Q-0056 will be listed with RFQs available for download. Pickup date no later than 21 Feb 03. Contractor shall possess an Environmental Protection Agency (EPA) permit, and is authorized to receive, handle, transport, and treat/recycle or dispose of hazardous waste per EPA 40 CFR and Department of Transportation (DOT) 49 CFR, see Statement of Work for additional details. FOB Destination Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to t his solicitation, 52.212-1 Instructions to Offerors. The Purchase Order resulting from this solicitation will be awarded based on the following evaluation factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery d ate. (4) Past Performance, Evaluation of Past Performance Past Performance will be evaluated through the Navy Red/Yellow/Green Program (5) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offerors Representation and Certification-Commercial Items, 252.225-7000 Buy American Act-Balance of Payments Program Certificate, and 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.223-5 Pollution Prevention and Right to Know Info, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, Clause 52.212-4 Contract Terms and Conditions. Commercial items. Clause 52.215-5 Contract Terms and Conditions Require d to Implement Statutes or Executive Orders. Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT-CCR. DFAR Clause 525.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisitio n: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.225-7036 Alt 1 Buy American Act. NAFTA Implementation Act. Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 242-247-7024 Notification of Transportation of Supplies by Sea. The following DFAR clauses are incorporated by reference 252.204-7004 Required Central Contractor Registration, 252.225-7017 Prohibition on award to companies owned by the People’s Republic of China. Quotes/Offers are due no later that 03 Feb 03, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-S1. Commercial Simplified Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete th e pricing providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/) . Any questions should be submitted in writing via the fax number provided above or e-mailed to vpeerson@kpt.nuwc.navy.mil To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at: http://www.acq.osd.mil/dp/dars/dfars.html. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes may render your offer nonresponsive and result in rejection of the same.
Original Point of Contact: Vi Peerson 360-396-2226 Naval Undersea Warfare Center Division Keyport, Attn.: Supply department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610, Fax 360-396-7036
Email your questions to Vi Peerson, Purchasing Agent at vpeerson@kpt.nuwc.navy.mil.