RFPs (Requests for Proposal) for the Week

Electronics recycling, equipment sales, ferrous and non-ferrous metals, and tire recycling are included in this week's RFPs.

 

Recycling Electronics & Asset Disposition Services

Document Type:  Presolicitation Notice

Solicitation Number: RFQ-DC-03-00115

Contracting Office Address

Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, NW, Washington, DC 20460

Description:

NAICS Code: 562998 Market Survey/Sources Sought: The Environmental Protection Agency's Office of Environmental Information's is conducting a market survey to identify companies that have the capability to provide recycling, reclamation, and/or asset disposition services for a variety of electronics equipment; including: personal computer desktops, laptops, printers, scanners, LAN equipment, copying machines, phones, palm pilots, cell phones, etc.

EPA is currently in the process of fulfilling an Agency requirement for the recycling of electronic equipment and properly disposing of Agency electronic assets as part of its ongoing mission to protect the environment. EPA recognizes that there is a Government-wide need to address an expected avalanche of obsolete electronic equipment in the near future.

In order to enhance public health and environmental protection, OEI eventually plans to award a Recycling Electronics and Asset Disposition contract to provide the entire Federal sector with a procurement tool to recycle and properly dispose of excess or obsolete electronic personal property in an environmentally responsible manner.

According to a study by the National Safety Council, over 30 million personal computers become obsolete each year in the U.S. alone, with higher numbers likely to follow. EPA anticipates issuing a multiple award contract that will require contractors to perform one or more of the following functions: (1) Refurbishing and reconfiguring electronic equipment and identifying a market to resell that equipment; (2) Donating refurbished equipment to educational institutions or other Government Agencies per the requirements of Executive Order 12999; (3) Dismantling electronic equipment that has been determined to be beyond an upgrade or refurbishment. Reclamation of this type of equipment will involve having the ability to identify which parts can be recycled for possible use in other equipment, which parts can be resold on the market, and which parts have no useful market value and must be properly disposed or recycled; (4) For older equipment that has been determined to have no useful market value, the contractor will determine the proper and safe methods for disposal of the equipment, will coordinate with the Agency to obtain approval for the method of disposal, and will be responsible for the recycling or disposal of the identified equipment; and (5) creating an audit trail on the equipments' components final location and providing certification regarding the final disposition of all electronic equipment handled by the company.

If your company has the capability to provide any of these types of services, please submit a written notification to voss.oliver@epa.gov. In the near future, EPA will post its plans for fulfilling this requirement at www.epa.gov/oam/hpod under the Sources Sought icon, and will invite comments on the Statement of Objectives developed to fulfill this requirement.

Point of Contact, Oliver Voss, Purchasing Agent, Phone (202) 564-4514, e-mail voss.oliver@epa.gov.

Refuse/Recycling Collection, Landfill Operation and Oil/Water Separator Maintenance Services

Document Type:  Presolicitation Notice

Solicitation Number: F04700-03-R-0007

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185

Description: The Air Force Flight Test Center, Edwards AFB CA has a requirement for base-wide Refuse/Recycling Collection, Green Waste Collection/Composting, Operation of a Recycling Center and Landfill and Oil/Water Separator Maintenance Services. Refuse/Recycling collection services entail the collecting, sorting, recycling, bundling, storing, and disposal of waste. Green waste collection and composting consists of collecting green waste, grinding and composting. Landfill operation entails the management of a 64-acre Class III Landfill IAW local, state and federal regulations, and permits and oil/water separator maintenance entails maintaining 16 High Performance Oil Water Separators (HPOWS) in accordance with manufacturer’ Operation & Maintenance manuals.

The North American Industry Classification System (NAICS) number for this effort is 562111. It is anticipated that a fixed-price contract will be awarded. The contract is anticipated to be a 14-month basic period of performance with four one-year options and will be 100% small business set-aside. Contract award is estimated to take place in June 2003, with performance beginning 1 Aug 2003. The solicitation will be electronically posted on FedBizOpps (http://www.fedbizopps.gov). Draft documents will be incrementally posted as they are completed. A site visit/pre-proposal conference will be scheduled and posted on FedBizOpps. If you have any questions please contact Sean Subas, Contract Specialist by email at sean.subas@edwards.af.mil or Ashley Hohler, Contract Specialist at ashley.hohler@edwards.af.mil.

Original Point of Contact: Sean Subas, Contract Negotiator, Phone 661-277-8802, Fax 661-275-7887 , Email sean.subas@edwards.af.mil - Ashley Hohler, Contract Specialist, Phone 661-277-9559, Fax 661-275-9612, Email ashley.hohler@edwards.af.mil.

High Density Auger/Compactor and compatible matching associated equipment Roll-Off Containers, Tow Carts, Three Sided Tow Carts

Document Type:  Combine Solicitation

Solicitation Number: N47408-03-T-0415

Classification Code: 36 -- Special industry machinery

Set Aside: Total Small Business

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306

Description: This procurement is for High Density Auger/Compactor and compatible matching associated equipment Roll-Off Containers, Tow Carts, Three Sided Tow Carts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. N47408-03-T-0415 is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97.19 and issued in accordance with FAR 13.5. This procurement is set-aside for Small Business; NAICS Code is 333999 and the small business standard is 500 or less employees.

Delivery will be F.O.B. Origin to Naval Station Everett Washington 98207-5001. CLIN 0001: QUANTITY (1 EACH); DESCRIPTION: High Density Stationary Auger Style Compactor with a minimum of 15 HP, Sani-Tech Systems Model No. ST1540/30 or equivalent, a stationary (liquid tight auger chamber) style compactor that pre-crushes all large and bulky refuse and a discharge tube that is sealed with Neoprene or equivalent gasket before sending it to a receiver bin (roll-off container) with a minimum dimensions of 6 feet 1 inch long x 5 feet 4 inches wide x four feet 7 inches height (not including hopper and receiver bin); approximate weight of 5,000 lbs. A removable drive cover for safety and easy maintenance access. Forward and reverse motion capabilities. An adjustable cycle timer for automatic compaction; An auger with the following characteristics: Long life abrasion resistant alloy steel auger, 9 revolution per minute speed, with tapered diameter of 40 inches to 30 inches. A continuous feed capability and a self-lubricating bearing with redundant electric lubrication system, a 270,000 in. lbs. Auger torque. Two replaceable welded steel end wear plates for the charge chamber. An electro-mechanical gear reduction drive system with a minimum 9 inch penetration into the receiver bin for maximum compaction and liquid tight operation. An electrical specification as follows: a bin near Full Indicator light; an adjustable Compaction Density Control; a Three-Phase, 240 Volt Electric Motor; a l5 HP all Electric Drive System (No Hydraulics); an adjustable Running Time with Automatic Shut off; a UL Listed Control Panel; and a Key Lock Start (timed)/Reverse (Jog) control and Mushroom Stop Switches. This item shall have a standard Tan enamel finish. CLIN 0002: QUANTITY (2 EACH) DESCRIPTION: a minimum 47 cubic yard Roll-Off Containers, constructed of high quality materials, designed to mate with the Auger/Compactor for use in a wide range of outdoor and indoor settings, exterior shall have a base coat of primer and a topcoat of Tan paint, continuous weld on all seams (Inside and Out). CLIN 0003: QUANTITY (45 EACH) DESCRIPTION: Tow Carts, a minimum 3 cubic yard capacity, constructed of high quality materials (minimum 12 gauge steel bottoms and a minimum of 8 inch diameter pneumatic tires) and designed for use in a wide range of outdoor and indoor setting, each cart shall have 2 extra heavy-duty swivel rigs, 2 rigid rigs, a tow bar and a tow hitch, and a plastic lid with lid props, a continuous weld on all seams (Inside and Out), exterior shall have a base coat of primer and a topcoat of Tan paint and the interior shall have a polyurethane coating so as to withstand Marine environment. CLIN 0004: QUANTITY (2 EACH) DESCRIPTION: Three Sided Tow Carts, a minimum 3 cubic yard. The nominal 3 cubic yard capacity 3-sided tow carts shall be constructed of high quality materials, and designed for use in a wide range of outdoor and indoor setting, exterior shall have a base coat of primer and a topcoat of Tan paint, a continuous weld on all seams (Inside and Out). CLIN 0005: QUANTITY (1 LOT) Freight Charges for units to Environmental Division N453 Naval Station Everett Washington 2000 W. Marine View Drive Everett, Washington. 98207-5001 Attention, Recycling/Solid Waste Program. The contractor shall provide complete on-site training and installation and should be included in total price of the High Density Stationary Compactor.

The on-site training shall be coordinated with activity personnel, to ensure attendance availability. The contractor shall provide all training materials and instructional labor and included in the training are complete (Start-up, Operation, Emergency Shutdown, and Preventative Maintenance Training), training that shall be consistent with the manufacturers instructional operation and maintenance manuals, instructor shall be familiar with the operation and preventative maintenance of the equipment and prepared training agenda. The contractor shall include manufacturers warranty for High Density Stationary Compactor of one (1) Year for Parts and Labor commencing after the complete installation. Also, shall include Operations Manuals for High Density Stationary Compactor System of three (3 sets) and ship to the following address: Two (2) Complete Sets of Operation Manuals with the equipment to the address stated in CLIN 0005 above and one (1) Operation Manuals to Naval Facilities Engineering Service Center (NFESC), Pollution-Prevention/In-Service Engineering Support Program, Code 422, Building 1100 23rd Avenue, Port Hueneme, CA 93043. Required delivery date specified site is 30 May 2003.

Offerors are required to submit catalog cut sheets, technical data or other written material specifications for all items proposed to be furnished. FAR Provisions 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be Lowest priced technically acceptable item.

Additionally, vendor having manufactured equipment of this type for the specified application for a minimum of 5-years, technical merit, and cost. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13 and 52.232-33. The Request for Quotation (RFQ) number is N47408-03-T-0415.

Quotes are due no later than Feb. 19, 2003, 2:00 p.m. (PST). Submit quotes to Naval Facilities Institute, NAVFACCO Code NF20, Attn: Maria Nailat, 3502 Goodspeed St., Ste. 2, Port Hueneme, CA 93043-4337.

Original Point of Contact: Kris Slaton, Contracting Officer, Phone 805-982-5056, Fax 805-982-4540, Email SlatonKE@cbchue.navfac.navy.mil  - Terry Moore, Contracting Officer, Phone 805-982-2479, Fax 805-982-4540, Email MooreTL@cbchue.navfac.navy.mil.

Scrap C-17 Aircraft Tires

Document Type:  Sources Sought Notice

Solicitation Number: Reference-Number-C17TIRERECYCLE

Classification Code: P -- Salvage services

Contracting Office Address: Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021

Description: This is a request for sources and is being issued for informational purposes only and does not constitute a solicitation, a synopsis of a solicitation, or a commitment on the government to later publish a solicitation or award a contract based on the information received. The Government shall not reimburse any costs of preparing responses to this sources sought notice.

The 437th Contracting Squadron, Charleston Air Force Base, South Carolina, is seeking sources that are interested in taking ownership of all scrap C-17 aircraft tires (tire sizes 50x21-20 and 40x16-14), approximately 700,000 lbs annually. This ownership transfer should result in no cost or a net rebate to the government. The government is considering a contractual agreement between one or more sources. The primary Standard Industrial Classification (SIC) code is 5093. The primary North American Industry Classification System (NAICS) code is 421930. Interested parties should respond by 4:30 PM EST on 18 February 2003. Responses may be e-mailed or faxed to eric.samuels@charleston.af.mil or faxed to 843-963-5183 or 843-963-2850.

Original Point of Contact: Eric Samuels, Contract Specialist, Phone (843) 963-5160, Fax (843) 963-2850, Email eric.samuels@charleston.af.mil  - Anna Urrutia, Contract Specialist, Phone (843) 963-5157, Fax (843) 963-5183/28502829, Email Anna.Urrutia@charleston.af.mil.

Scrap Metal: Ferrous And Non-Ferrous

Document Type:  Presolicitation Notice

Solicitation Number: 803301-03001

Metal bars, sheets & shapes

Contracting Office Address

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

Description: NASA Langley Research Center plans to issue an Invitation for Bid (IFB) as a term contract for the sale of an accumulation of surplus personal property consisting of mixed scrap metals of either or both ferrous and non-ferrous metals located at NASA LaRC, Hampton, VA.

The anticipated release date of the IFB is on or about February 19, 2003 with an anticipated offer closing date of on or about March 31, 2003. The firm date of receipt of bids or offers will be stated in the IFB. All QUALIFIED responsible sources may submit a bid which shall be considered by the agency.

The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 2000 (Word, Excel, or PowerPoint 2000) format and will reside on a World-Wide Web server. The web address is http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 

It is the offeror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any references notes can be viewed at http://genesis.gsfc.nasa.gov/nasanote.html.

Original Point of Contact: Theresa F Elliott, Sales Contracting Officer, Phone (757) 864-3570, Fax (757) 864-8803, Email t.f.elliott@larc.nasa.gov  - Panice H. Clark, Contracting Officer, Phone (757) 864-2522, Fax (757) 864-8541, Email P.H.CLARK@larc.nasa.gov.

Removal And Disposal Of Miscellaneous Tires/Scraps

Document Type:  Presolicitation Notice

Solicitation Number: SP4410-03-R-6002

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: This 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 is issued as a Request for Proposal (RFP) SP4410-03-R-6002. This RFP is for the Defense Reutilization and Marketing Service (DRMS) for the disposal of tires/scrap rubber.

Tires may be loose on the ground or shrink-wrapped on pallets. The solicitation incorporates provisions and clauses through Federal Acquisition Circular 2001-3. This procurement is 100% small business set-aside with the North American Industry Classification Systems (NAICS) Code of 562219 with a small business size standard of $10.5M per FAR 52.219-1 and 52.219-6. The resulting contract will be subject to the Service Contract Act. The resulting contract will be a firm-fixed priced, indefinite delivery, indefinite quantity (IDIQ) contract. The price quote shall include a completed FAR 52.212-3, Offerors Representation and Certifications ? Commercial Items.

The following provisions/clauses apply to this RFP: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-4, Contract Terms and Conditions. Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Commercial Items; and applicable clauses to the RFP. FAR 52.212-1(c) is changed to reflect that the offeror agrees to hold prices from 30 to 45 days. Solicitation Clause C.6, Insurance Coverage Amounts, and FAR 52.228-5, Insurance. Work on a Government Installation, require insurance coverage requirements. Insurance certificate shall be provided to the Contracting Officer within 10 days from the date of award. See Clause C.6, Insurance Coverage Amounts, for required insurance amounts. Wage Determinations 1994-2001, Rev 20, dated 07/19/2002, 1994-2011, Rev 24, dated 07/26/2002, 1994-2299, Rev 19, dated 05/28/2002, 1994-2295, Rev 19, dated 06/06/2002, and 1994-2297, Rev 20, dated 05/28/2002, are applicable to this RFP. The clauses and provisions included in this RFP by referenced can be accessed electronically at this addresses: http://www.arnet.gov/far/  and http://farsite.hill.af.mil/. 

For DRMS local clauses see http://www.drms.dla.mil/drmsp/clauses/drmscls0701.pdf.  The contract will be awarded based on the evaluation factors of Past Performance ? Equal to Price. Evaluation of Past Performance is listed in Provision E.2. The following provisions require fill-in by the offerors: Bid Schedule, E.3, and E.6 must be submitted with your proposal. To be eligible to receive an award from Department of Defense (DoD) activities, you must be registered in the DoD Central Contractor Registration (CCR) database.

To access the CCR homepage, go to http://www.ccr.com  or call 1-888-227-2423 regarding questions to the CCR.

Questions regarding this combined synopsis/RFP must be submitted in writing by facsimile to Karen Hammontree at 269-961-4474, or email Karen.Hammontree@mail.drms.dla.mil. The issue date for this RFP is February 4, 2003, and the closing date is February 20, 2003. To obtain a copy of the full RFP, access the DRMS homepage at http://www.drms.com/. On the left side of the web page, click on PROCUREMENT and then locate the RFP identified above. Submit complete RFP packages by mail to Defense Reutilization and Marketing Service, Attn: Karen Hammontree, DRMS-POB, 74 North Washington Avenue, Battle Creek, MI 49017-3092, or by facsimile to 269-961-4474. All responsible sources may submit a proposal which shall be considered for award.

Original Point of Contact: Karen Hammontree, Contract Specialist, Phone 269-961-7426, Fax 269-961-4474, Email Karen.Hammontree@mail.drms.dla.mil  - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@mail.drms.dla.mil.

 

No more results found.
No more results found.