Pickup, Transportation, And Disposal Of RCRA And PCB Hazardous Waste Plus Management Services
Document Type: Presolicitation 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 DRMO’s 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.
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.
Post Wide Refuse and Recycling Collection and Disposal Services
Document Type: Modification to a Previous Presolicitation Notice
Solicitation Number: DABJ05-03-R-0001
Set Aside: 8a Competitive
Contracting Office Address: ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
Description: Solicitation has been posted. In order to download the solicitation go to the following website: https://abop.monmouth.army.mil.
Original Point of Contact: Ruth Smith, 410-278-2398.
Email your questions to ACA, Aberdeen Proving Ground at ruth.smith@sbccom.apgea.army.mil.
Pickup & Destruction Of Sensitive Waste Material
Document Type: Modification to a Previous Presolicitation Notice
Solicitation Number: USSS030011
Set Aside: Total Small Business
Contracting Office Address: Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20223
Description: The purpose of this amendment is to answer all questions submitted prior to the closing date of this solicitation. 1.) I wanted to know if my firm would have a competitive opportunity to win this contract if we have not had previous experience with document destruction services specifically? If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral. 2.) May we use our past experience with much larger contracts that included recycling and document destruction services? Yes, if the experience is pertinent to this requirement. 3.) Do you have a sample of a past formatted quote on what the submitted quote should look like? If so, can you send a copy? There is no mandatory format for the RFQ. It should contain all information requested in the solicitation. 4.) Do we enter "New Business? for your question or areas to respond to past experience if we have no past experience? If no past performance information is available the company should indicate this in their offer. 5.) Should my company utilize a subcontractor does the prime contractor need a security clearance as well as the subcontractor? Yes, only if the prime contractor’s personnel intend to perform any services proposed under the contract. The Contractor shall submit proof of security clearances and SSF 3237?s (12/02), U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel at time of proposal. 6.) We currently have security clearances for our employees through the IRS, but we do not know if that meets your requirement for proof of security clearances and we do not know if the forms we submitted to them were SSF 3237's. Do you have a copy of SSF 3237 that you could provide or instruct us as to where we can obtain this form? IRS security clearances do not meet the USSS security clearance requirements.
The Solicitation is hereby changed to read “The Contractor shall submit proof of security clearances and SSF 3237’s (12/02), U.S. Secret Service Contractor Personnel Access Form(s), for all proposed personnel prior to contract awards. 7.) Do you have an estimate of the number of canvas carts currently being supplied at each of the different service locations? Also do you have the approximate size or holding capacity of these carts? Each cart can hold approximately 25 burn bags (depending on how full the bags are). The vendor supplies the carts. When the vendor arrives they usually bring about 15 carts. We don't use a set amount at any location, because it changes each time. 8.) Do you have a copy of the Collective Bargaining Agreements referred to under SCA Minimum Wages and Fringe Benefits? No, The Service Contract wage rate and labor category will be available prior to contract award. It is the responsibility of the Contractor under the Collective Bargaining Agreement to provide wage rates. 9.) You state that award is anticipated within 10 days after receipt of quotes, what is anticipated start-up date for new contract? Approximately seven (7) to ten (10) days after the award date or as soon as possible after date of award. 10.) Can you provide current contract dollar amount and who current contractor is that is providing the service? The present contractor providing Pickup & Destruction of Sensitive Waste Material services is Mid Atlantic Shredding Services and the current rate is $0.095 cents per lbs.
Original Point of Contact: Simona Pickett, Contract Specialist, Phone (202)406-6940, Fax (202)406-6801, Email spickett@usss.treas.gov.
Recycled Newsprint Paper
Document Type: Presolicitation Notice
Solicitation Number: Newsprint2003
Contracting Office Address: Government Printing Office, Paper and Specialized Procurement and Sales Division, Contract Management Branch, 732 North Capitol Street, NW, Washington, DC, 20401
Description: Sealed proposals will be received until 10:00 a.m., prevailing Washington, DC time April 2, 2003, in the U.S. Government Printing Office for furnishing 28-pound Recycled Newsprint Paper.
The contract consists of a base period of three years and two 1-year option periods, beginning June 1, 2003. The estimated quantity for the first year is 5,200,000 pounds. Deliveries to be F.O.B. U.S. Government Printing Office Warehouses Washington, DC (via railcars) and Laurel, MD (via trucks). Blank proposals containing the instructions, schedules, and specifications may be obtained by addressing the Contracting Officer.
Original Point of Contact: Sheree Young, Supervisory Contract Specialist, Phone 202-512-2010x31506, Fax 202-512-1481, Email syoung@gpo.gov - Theresa Simpson, Contract Specialist, Phone 202-512-2010x31507, Fax 202-512-1481, Email tsimpson@gpo.gov.
Tire Removal
Document Type: Presolicitation Notice
Solicitation Number: SP4410-03-R-6001
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 SP4410-03-R-6001.
This RFP is for the Defense Reutilization and Marketing Service (DRMS) for the disposal of tires/scrap rubber. Tires are shrink wrapped on pallets. The solicitation incorporates provisions and clauses through Federal Acquisition Circular 2001-3. This procurement is a 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 Representations and Certifications - Commercial Items.
The following provisions/clauses apply to this RFP: FAR 52.212-1, Instructions to Offerors - Commercial; FAR 52-212-2, Evaluation - Commercial; 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 are applicable 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, requires 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 Determination 94-2079, Rev. 23, dated 05/28/2002 is applicable to this RFP. The clauses and provisions included in this RFP by reference can be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://farsite.hill.af.mil/. For DRMS local clauses see http://www.drms.dla.mil/drmsp/clauses/drmscls0902.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.1. The following provisions require fill-in by the offerors: Bid Schedule, E.2 and E.6 must be submitted with your proposal.
To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov 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 James Manring at (269)961-4474, or email Jim.Manring@dla.mil. The issue date for this RFP is Feb. 13, 2003, and the closing date is March 4, 2003. Late proposal will not be accepted after 16:30 p.m. eastern standard time on March 4.
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: James Manring, 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: James Manring, Contract Specialist, Phone 269-961-7131, Fax 269-961-4417, Email Jim.Manring@mail.drms.dla.mil - Virginia Mayhew, Contracting Officer, Phone 269-961-7130, Fax 269-961-4474, Email Virginia.Mayhew@mail.drms.dla.mil.
Place of Performance
Address: DRMO Colorado Springs, 820 Specker Ave., Fort Carson, CO 80913
Postal Code: 80913
Formal Bid Sale No. 03-606
Document Type: Presolicitation Notice
Solicitation Number: BID03606
Classification Code: 35 -- Service and trade equipment
Contracting Office Address: Defense Contract Management Agency, Defense Contract Management Agency, DCMA Boeing Canoga Park, PO Box 7922 6633 Canoga Avenue, Canoga Park, CA, 91309-7922
Description: This is a scrap bid consists of various items of electronic test equipment located at test area. This bid require removal of all assets located inside of test area. Large quantity of items involved, for example, consoles, electric instruments with assets mounted into console. Power supplies, amplifiers, electronic filters, frequency counters, intercom, transformers, air handling units, recorders, counter digital equipment, voltage divider, test systems, control servo systems, various communication equipment, etc. Please contact: surplus sales (Noe Zamudio, at (818) 586-5252 or 586-3094) for viewing of equipment listed in bid. Viewing days- Wed (all day), Thur (all day), and Friday after 9:00 am. Please call to confirm viewing of property. Bids must be received by 2-27-03, 1:00 pm. Faxes are accepted at (818) 586-7196. Original Point of Contact: Meloney West, Plant Clearance Officer, Phone 818 586-1428, Fax 818 586-7209, Email MVWest@dcmdw.dcma.mil
Place of Performance: The Boeing Company Rocket Propulsion And Power, P.O. Box 7922 Canoga Park, CA 91309-7922
Sealed Bid Sale Of Misc. Scrap Steel, Scrap Copper Wire, Scrap Aluminum, And Scrap Magnetic Tapes
Document Type: Sale of Surplus Property
Solicitation Number: NASA-SSALE-030211-001
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description: Sealed Bid Sale of Misc. Scrap Steel, Scrap Copper Wire, Scrap Aluminum, and Scrap Magnetic Tapes. Property is located at the NASA, Vandenberg Air Force Station, Vandenberg Air Force Station, CA.
Inspection dates are February 24 - 28, 2003, from 8:00 am to 2:00 pm, PST. Bid opening is March 11, 2003 at 2:00 pm EST. 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 804200-2003-0008.
Point of Contact at Vandenberg Air Force Station: Brian Welliver Phone: 805-605-3718
Original Point of Contact: Pauletta K. McGinnis, Sales Contracting Officer, Phone (321) 867-7027, Fax (321) 867-2588, Email Pauletta.K.McGinnis@nasa.gov.
Get curated news on YOUR industry.
Enter your email to receive our newsletters.
Latest from Recycling Today
- Researchers consider recycling lottery outcomes
- Veolia plans large-scale plastics recycling facility in UK
- Ecore acquires New York tire processing firm
- Closed Loop Partners adds private equity managing director
- European Commission drafts new rules for chemically recycled content in plastic bottles
- Redwood Materials launches Redwood Energy
- Cirba Solutions announces new human resources executive
- Cascades to close packaging site in Niagara Falls, New York