Solid Waste and Recycling
Document Type: Presolicitation Notice
Solicitation Number: 20302-025-03
Classification Code: S -- Utilities and housekeeping services
Contracting Office Address: Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 382 Essayons Drive, Grand Prairie, TX, 75051
Description: The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, Texas intends to award a contract to provide solid waste removal/disposal and recycling services for the Federal Correctional Institution (FCI Danbury), 331/2 Pembroke Road, Danbury, CT 06811.
Estimated contract requirements include: 1) One (1) 30 cubic yard compactor operated electronically and hydraulically, 104 Pulls/year; 2) Two (2) 8 cubic yard closed container for recycling metal cans, glass, plastic, 12 Pulls/year/container; 3) One (1) 8 cubic yard closed container for recycling Cardboard, 104 Pulls/year; 4) One (1) 4 cubic yard closed container 260 Pulls/year; 5) One (1) 40 cubic yard container wood and building materials, 12 Pulls/year; 6) Two (2) 4 cubic yard container, 52 Pulls/year/container; 7) One (1) 8 cubic yard closed container, 52 Pulls/year; 8) One (1) 2 cubic yard cardboard compactor with one (1) 50 cubic yard container, 12 Pulls/year. 9) One (1) 40 cubic yard open container for metals, 26 Pulls/year; 10) Two (2) 32 gallon containers, 104 Pulls/year, and; 11) Two (2) 8 cubic yard container, 52 Pulls/year/container.
All services provided must be in accordance with applicable solid waste disposal codes and regulations. This will be a full and open competitive procurement with award being made to the offeror determined to be the lowest-priced, technically-acceptable. It is anticipated that this solicitation will result in a firm fixed price requirements type contract. The base year will run for twelve consecutive months from the date of award with four (4) twelve (12) month option periods for renewal. Anticipated date of award is July 16, 2003, with contract performance beginning on January 1, 2004. The North American Industrial Classification (NAISC) code is 562111, with a small business size standard of $10.5M. All responsible sources may submit an offer which will be considered for award. Upon issuance, solicitation packages may be accessed electronically at this address: http://www.fedbizopps.gov/. Hard copies of the solicitation will not be available as the site provides downloading instructions.
All future information concerning this solicitation, including amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure they have the most current information concerning this solicitation.Original Point of Contact: Doug Fear, Contract Specialist, Phone (972)282-8826, Fax (972)282-8807, Email rdfear@bop.gov - Patrick Hergenrother, Contract Specialist, Phone 972-282-8800, Fax 972-282-8807, Email phergenrother@bop.gov.
Solid Waste Collection For Military Family Housing
Document Type: Presolicitation Notice
Solicitation Number: N62472-03-B-3616
Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC New Jersey - Earle, Naval Weapons Station Earle, Building C-23 201 Highway 34 South, Colts Neck, NJ, 07722-5025
Description: The contractor shall provide all labor, supervision, management, equipment, transportation and disposal fees to perform the services described herein.
Services include the collection and transportation to approved disposal facilities of garbage, refuse, recyclables and other discarded solid wastes, resulting from residential activities, from Government and Contractor owned containers, as specified in the solicitation. Excluded are hazardous wastes and biological/pathological wastes.
All recyclables collected shall become the property of the Contractor. The resultant contract will be a combination firm-fixed price and indefinite quantity type contract. The NAICS code for this procurement is 562111 (Solid Waste Collection). The size standard is $10,000,000.00. The proposed procurement will be issued as Unrestricted, open to both large and small business concerns, with a Price Evaluation Preference for HUBZone Small Business Concerns. Performance period will be for a period of 12 months commencing not earlier than 15 days after notice of award. The Government has the option to extend the term of the contract for periods of 1 to 12 months each option for a total duration not to exceed 24 months. In accordance with FAR 5.102(d), all solicitation documents will be limited to electronic medium using Adobe Acrobat (pdf) file format. The address for downloading this solicitation from the INTERNET is http://esol.navfac.navy.mil. Downloading from the Internet is free of charge, however some specifications may take a considerable amount of time to download.
All prospective offerors are encouraged to register for the solicitation prior to downloading it from the ESOL website. Notification of any changes to this solicitation (amendments) shall be made from the ESOL website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued.
Official Plan holders list will be maintained on and can be printed from the website. Plan holders lists will not be faxed and will only be available from the website. All contractors are required to register in the Department of Defense (DOD) Central Contractor Registration (CCR) Database. Failure to register in the CCR makes an offeror ineligible for award of DoD contracts.
Information regarding this registration may be obtained by accessing the website at http://www.ccr.gov. Exact IFB issuance and closing dates, as well as the date and location of the pre-bid conference will be set forth prior to release of the IFB. FAX technical questions concerning this project to Felicia Lewis at (732) 866-1011 on your Company letterhead identifying the solicitation number and title, along with a point of contact, phone number, and an E-mail address for returning a response to.
Original Point of Contact: Adam Ginther, Supervisory Contract Specialist, Phone (732)866-2152, Fax (732)866-1011, Email gintheraj@efane.navfac.navy.mil - Felicia Lewis, Customer Support Technician, Phone (732)866-2267, Fax (732)866-1011, Email lewisfs@efane.navfac.navy.mil.
Collect And Transport All Refuse Generated In Troop Areas On Fort Bragg, Simmons Army Airfield, Camp Mackall, And Yellow Ramp And Green Ramp At Pope Afb, To The Fort Bragg Waste Transfer Station. Market Recyclables. Maintain Equipment.
Document Type: Presolicitation Notice
Solicitation Number: DABK07-03-R-0013
Set Aside: Total HUB-Zone
Contracting Office Address: ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
Description: The Directorate of Contracting is soliciting proposals to provide all resources and management necessary to collect and dispose of all refuse generated in the troop areas of Fort Bragg, Simmons Army Airfield, Camp Mackall, and the Yellow Ramp and Green Ram p areas of Pope AFB. The Contractor shall furnish all labor, tools, maintenance, materials, vehicles, transportation and supervision to perform all operations for the collection, transportation, recycling, and disposal of refuse. Except for Government Furnished Equipment (GFE), the Contractor shall provide all equipment necessary to perform the work.
The performance period includes a base period and four one-year option periods. The projected solicitation issue date is 16 May 2003, with proposals due on 2 Jun 03. The issue date and date of receipt of proposals is estimated. When issued, the solicitation will specify the actual date and time for proposal receipt. The associated North American Industry Classification System code is 562111 and the small business size standard is $10.5 million. Numbered note #27 applies.
Original Point of Contact: David Vroom, 910-396-4362 ext. 233.
Email your questions to ACA, Fort Bragg at Vroomd@bragg.army.mil.
Collect And Dispose Of All Refuse Generated At Heritage Village Near Raeford, NC
Document Type: Presolicitation Notice
Solicitation Number: DABK07-03-R-0011
Posted Date: Apr 22, 2003
Original Response Date: Jun 02, 2003
Original Archive Date: Aug 01, 2003
Set Aside: Total HUB-Zone
Contracting Office Address: ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
Description: NA The Directorate of Contracting is soliciting proposals to provide all resources and management necessary to collect and dispose of all refuse generated at Heritage Village, an Army housing community located near Raeford, NC.
The requirement also includes the collection and transportation of recyclables to a recycling center. The performance period includes a base period and four one-year option periods. The projected solicitation issue date is 16 May 2003, with proposals due on 2 Jun 2003. The issue dat e and date of receipt of proposals are estimated. When issued, the solicitation will specify the actual date and time for proposal receipt.
The associated North American Industrial Classification System code is 562111 and the small business size standard is $10.5 million. Numbered note #27 applies.
Original Point of Contact: David Vroom, 910-396-4362 ext. 233
Email your questions to ACA, Fort Bragg at Vroomd@bragg.army.mil.
Latest from Recycling Today
- US Steel to restart Illinois blast furnace
- AISI, Aluminum Association cite USMCA triangular trading concerns
- 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