RFPs (Requests for Proposal) for the Week

Demolition projects, tire recycling, precious metals recycling and the purchase of dumpsters are among the RFPS this week.

Demolition of Miscellaneous Facilities

Document Type:  Presolicitation Notice

Solicitation Number: IFB027B

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Air Education and Training Command, Vance Air Force Base Contracting, 246 Brown Parkway, Vance AFB, OK, 73705-5036

Description: Demolition of buildings 681, 701, 704, 707, 708 and facility 702 swimming pool. Demolition includes complete removal of structure, concrete dock, foundation, concrete pads/walkways, and associated structures. B. Remove Asbestos Containing Material (ACM) from buildings 708 and 704 and dispose of at contractors expense and in accordance with 40 CFR, 29 CFR and the laws of the state of Oklahoma.

The asbestos removal crew must be certified by the State of Oklahoma. C. Terminate and remove all above ground and all underground utilities to a depth of four feet. All utilities will be terminated and capped as indicated on the drawings. D. Install utilities to include electrical power line and gas line. E. Install concrete curb and concrete walkway. F. Backfill topsoil to an elevation level with grade. G. Relocate kitchen equipment to a recycling location on Vance AFB as indicated on the drawings H. All work in accordance with the plans and specifications is included to provide a complete project.

These projects are open to all Small Business concerns. Certified HubZone Business concerns will receive an evaluation preference. NOTE: No funding is currently in place for these projects.

Should funding not be received for the projects, no awarded will follow.

Original Point of Contact: Rick Murrow, Contract Administrator, DynCorp, Local Purchasing, Phone 580-213-6054, Fax 580-213-6047, Email rick.murrow@vance.af.mil  - Linda Easterly, DynCorp Local Purchase Admin Support, Phone 580-213-7686, Fax 580-213-6047, Email linda.easterly@vance.af.mil.

Dumpsters

Document Type:  Combine Solicitation

Solicitation Number: Reference-Number-F7CERU30310301

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Pacific Air Forces, 36 CONS, Unit 14040, Andersen AFB, GU, 96543-4040

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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(II) Solicitation F7CERU30310300 is being issued as a request for proposal (RFP). (III) This solicitation incorporates clauses and provisions in effect through the Federal Acquisition Circular 01-07. (IV) This requirement is being synopsized as a 100% small business set-aside under standard industrial classification code 5085, NAICS Code 423840, small business size standard of 500 employees. (V) Please propose the items as listed: Line item 0001, QUANTITY: 38 EACH. 8 Cubic recyclable Collection Dumpsters all metal 80 inch X 72 inch X 66 inch. Channels 45 inches from bottom. Metal lids 23 7/8 inch and 37 7/8 inch. Channels 10-Gauge metal. Skids 3 inch 4.1 Channels, Bottom 10-Guage. Front, ends back and doors 12-Guage. Door openings 30 inch X 30 inch. Springs included for lid return to closed position. Front bottom is angled so they clear the front loader compactor truck cab. Has drain plug. Primed (inside and outside) with rust inhibitive alkd primer. Outside paint equivalent to Automotive Alkyd enamel paint, color equivalent to House and Tim A100, A82y 516 Base b Manufactured by Sherman Williams. Lids to be 16-Gauge with 14 Gauge Banding. No assembly will be done on Andersen AFB, Guam. Line Item 2. QUANTITY: 6 EACH. 8 Cubic yard dumpster all metal 80 inch X 72 inch X 66 inch. Channels 45 inch from bottom. Metal lids 23 7/8 inch and 37 7/8 inch. Channels 10-Gauge metal. Skids 3 inch 4.1 Channels, Bottom 10-Guage. Front, ends back and doors 12-Guage. Door openings 30 inch X 30 inch. Springs included for lid return to closed position. Front bottom is angled so they clear the front loader compactor truck cab. Has drain plug. Primed (inside and outside) with rust inhibitive alkd primer. Outside paint equivalent to Automotive Alkyd enamel paint, color equivalent to House and Tim A100, A82y 516 Base b Manufactured by Sherman Williams. Lids to be 16-Gauge with 14 Gauge Banding.

Additional Information: A Horizontal Slot In The Front Panel 42 inch X 6 inch. Lower edge of slot to be 45 inch from bottom and centered. No assembly will be done on Andersen AFB, Guam. NOTE: If items on GSA contract, please list contract #: (VI) Supplied items shall be of a professional industrial grade. (VII)

Note: contractor to pay for shipping to: fob destination: Place of delivery: 36 CES/CEOE, Bldg 18001, Andersen AFB, Guam, 96543. (VIII) Provision 52.212-1, Instructions to Offerors- Commercial Items applies. (IX) Provision 52-212-2, Evaluation _ Commercial Items applies. Proposal will be evaluated on price, and past performance. (X) Offerors are required to submit a completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items with their offer. (XI) Clause 52.212-4, Contract Terms and Conditions- Commercial Items and any addenda the clause applies to this acquisition. (XII) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to the award document. (XIII) Fabricated material shall meet all established commercial warranty requirements for industrial grade fabrication of metals. (XIV) N/A. (XV) N/A. (XVI) A site visit will not be held.

Proposals will be due to the 36th Contracting Squadron, Unit 14040, APO, AP 96543-4040, by 17 MAR 2003, 3 p.m. local Guam time. Facsimile proposals will be accepted (52.215-5 - Facsimile Proposals Oct 1997), but must be received by the official closing date and time. Fax #: (671)366-1103, Alternate fax #: (671)366-3242. (XVII) Point of Contact is John Pereda, john.pereda@andersen.af.mil (671) 366-7110 or alternate Sharod Holmes, 366-2667, sharod.holmes@andersen.af.mil

Original Point of Contact: John Pereda, Contract Administrator, Phone 671-366-7110, Fax 671-366-1103, Email john.pereda@andersen.af.mil - Sharod Holmes, Lead Contract Specialist, Phone 671-366-2963, Fax 671-366-1103, Email sharod.holmes@andersen.af.mil

Disposal And Removal Of Photo Chemical Waste (Silver Recovery And Disposal)

Document Type:  Presolicitation Notice

Solicitation Number: DADA08-03-T-

Set Aside: Total Small Business

Contracting Office Address: Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650

Description: Complete service for the proper handling processing and ultimate disposal and removal of photo chemical waste to include scrap and archival film as well as precious metals recovery (silver flake.)

Original Point of Contact: Sebrena L. Hackley-Lane, (706)787-2211

Email your questions to Southeast Regional Contracting Office at sebrena.lane@se.amedd.army.mil.

Tire/Rubber Disposal

Document Type:  Presolicitation Notice

Solicitation Number: SP4410-03-R-6003

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: For All Non-Personal Services, Labor, Equipment, Tools And Supplies For The Pickup, Removal And Disposal Of Scrap Rubber To Include Ground Vehicle And Aircraft Tires Located At Drmos Scott, Great Lakes, Whiteman, Duluth And Selected Illinois National Guard Sites.

The Anticipated Date For Soliciation Issuance Is On Or About March 7, 2003. The Acquisition Is A 100 Percent Small Business Set Aside (See Numbered Note 1). Naics Code 421930 Applies. A Single, Firm Fixed Price, Indefinite Delivery-Indefinite Quantity; Task Order Contract With Guaranteed Minimum Quantities In Each Period Of Performance Is Anticipated. The Base Period Of Performance Is Twelve Months With Three Each 12 Month Priced Option Periods. Property Inspection Visits Are Permitted Per The Terms Of Clause B.6. Contractor Is Required To Stage A Single Closed Top Conveyance At Both Drmo Whiteman And The Illinois National Guard Site Located In Springfield, Il. The Government Will Be Solely Responsible For Loading The Contractor-Furnished Conveyance At Drmo Whiteman And The Illinois National Guard Site In Springfield, Il. The Government Will Perform Tailgate Loading Only At All Other Pick Up Sites Listed In Clause B.7. Offerors Must Comply With All Federal, State And Local Laws, Ordinances And Regulations Governing The Handling, Transportation, Storage And Disposal Of Scrap Rubber Waste. Offerors Are Reminded To Complete And Submit Will Their Initial Offer All Certifications Required By Far 52.212-3. The Far 52.212-1(C)Acceptance Period For Offers Is Changed To Read 45 Calendar Days In Lieu Of 30 Claendar Days. Special Requirements: It Is Reasonable To Expect Some Scrap Tires Tendered For Disposal Under The Resulting Contract Where Previously Coded Either As Demilitarization Code B Or Q. See Clause C. 25 For Further Details. Offerors Are Required To Submit With Their Initial Offer A Completed Dla Form 1822, End Use Certificate (Dec 2001) {Reference Section D And Attachment J}. An Original Handwritten Ink Signature Is Required On Dla Form 1822. See Clause E.2 Evaluation -- Commercial Items, Far 52.212-2 (Jan 1999) For Details And Instructions For Completion. Offerors Shall Use The Dec 2001 Edition Of Dla Form 1822. All Other Editions Of Dla Form 1822 Are Obsolete And Shall Not Be Used. Neither Electronic Nor Facsimilie Initial Offers Are Permitted.

Original Point Of Contact: David Straughn, Contracting Officer, Phone 269-961-7258, Fax 269-961-4474, Email Dave.Straughn@mail.drms.dla.mil - David Straughn, Contracting Officer, Phone 269-961-7258, Fax 269-961-4474, Email Dave.Straughn@mail.drms.dla.mil.