RFPs (Requests for Proposal) for the Week

Potential sources sought for toner cartridge, office paper and scrap metal, as well as operating a recycling program are all on the docket this week.

Recycling Of Toner Cartridges

Document Type:  Sources Sought Notice

Solicitation Number: TC202FM

Contracting Office Address: Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549

Description: Recycling of toner cartridges Potential Sources Sought Description: If Small Business is available to provide the services needed, actual solicitation may be restricted to Small Business. This is a sources sought annoucement only. There is no solicitation available at this time. Request for a solicitation will not receive a response.

The Department of Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment is conducting research to determine the existence of potential business sources interested in providing support for the U.S. Government as early as July 2003 or Fiscal Year 2004 (October 2003).

Purpose: Sale of Original Equipment Manufactured and remanufactured used printer, fax and copier LaserJet/inkjet cartridges identified for disposal by the U.S. Government. Description of Cartridges: Original Equipment Manufactured cartridges, Remanufactured cartridges, LaserJet and Inkjet cartridges. Estimated amount generated:

Amount of cartridges generated during the past years: CY02 (0.7 tons), CY01 (1 ton). Condition of Material: Cartridges are either (1) used and empty or (2) used and full (cartridges are full due to poor performance). The Contractor agrees to pay the U.S. Government for cartridges recycled.

The U.S. Government retains the option to deliver material, at its expense, to the contractor. The U.S. Government shall at its sole discretion and expense load recyclable material onto the Contractors or Subcontractor’s vehicles.

Source interested in this requirement should express this in writing to: Department of the Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment (Code 202), 667 Safeguard Street, Suite 600, Pearl Harbor, HI 96860-5023.

Email address: francine_k_matsuura@pearl.fisc.navy.mil; fax (808) 474-5223. Only written, faxed, or e-mail interest received directly from the requestor are acceptable.

Recycling Of Shredded White Paper

Document Type:  Sources Sought Notice

Solicitation Number: SWP202FM

Contracting Office Address

Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549

Description: recycling of shredded white paper. Potential Sources Sought Description: If Small Business is available to provide the services needed, actual solicitation may be restricted to Small Business. This is a sources sought announcement only. There is no solicitation available at this time.

Request for a solicitation will not receive a response. The Department of Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment is conducting research to determine the existence of potential business sources interested in providing support for the U.S. Government as early as July 2003 or Fiscal Year 2004 (October 2003).

The Contractor agrees to pay the U.S. Government for the recycling of shredded paper. Purpose: Sale of shredded white paper identified for disposal by the U.S. Government. Description of Shredded Paper: white paper only, single cut shred, shred size will be no smaller than 5/32 inches.

Estimated amount generated: Amount of paper generated during the past years: CY02 (30 tons), CY01 (157 tons), CY00 (98 tons). Condition of material: Approximate dimension of each bale is 70” x 35” x 42”, Approximate weight of each bale is 1200 lbs. The contractor shall provide services to pick up bales of paper and bare its cost of transporting recyclable material to their facility. The U.S. Government retains the option to deliver material, at its expense, to the contractor. The U.S. Government shall at its sole discretion and expense load recyclable material onto the contractors or subcontractor’s vehicles.

Sources interested in this requirement should express this in writing to: Department of the Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment (Code 202), 667 Safeguard Street, Suite 600, Pearl Harbor, HI 96860-5023. Email address: francine_k_matsuura@pearl.fisc.navy.mil; fax (808) 474-5223. Only written, faxed, or e-mail interest received directly from the requestor are acceptable.

Recycling Of Scrap Metal

Document Type:  Sources Sought Notice

Solicitation Number: SM202FM

Contracting Office Address: Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549

Description: Recycling of Scrap Metal. Potential Source Sought Description: If Small Business is available to provide the services needed, actual solicitation may be restricted to Small Business. This is a sources sought annoucement only. There is no solicitation available at this time. Request for a solicitation will not receive a response.

The Department of Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment is conducting research to determine the existence of potential business sources interested in providing support for the U.S. Government as early as July 2003 or Fiscal Year 2004 (October 2003).

The Contractor agrees to pay the U.S. Government for the recycling of scrap metal identified for disposal by the U.S. Government. Description of Scrap Metal: Scrap metal cutouts, Used welding rods, Wires, Cables, Wire Rope, Used Zinc Anodes. Types of Metal: Steel, Stainless Steel, Brass, Copper, Aluminum, Copper Nickel, and Lead. Estimated amount generated: Amounts generated for the past years: CY01 (486 tons), CY01 (1106 tons), CY00 (397 tons), CY99 (643 tons).

Condition of material: Material is scrap and must not be used for its intended purpose. Deliveries and Performance: The Contractor agrees to pay the U.S. Government for scrap metal recycled and bare its cost of transporting recyclable material to their facility. The U.S. Government retains the option to deliver material, at its expense, to the contractor. The U.S. Government shall at its sole discretion and expense load recyclable material onto the contractors or subcontractor’s vehicles.

Sources interested in this requirement should express this in writing to: Department of the Navy, Fleet and Industrial Supply Center, Shipyard Support Detachment (Code 202), 667 Safeguard Street, Suite 600, Pearl Harbor, HI 96860-5023. Email address: francine_k_matsuura@pearl.fisc.navy.mil; fax (808) 474-5223. Only written, faxed, or e-mail interest received directly from the requestor are acceptable.

Refuse Collection and Disposal and Incidental Recycling

Document Type:  Presolicitation Notice

Solicitation Number: Reference-Number-DHSCG89-03-R-ISCMSOKKH

Set Aside: Total HUB-Zone

Contracting Office Address: DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100

Description: The U. S. Coast Guard (USCG) plans to solicit refuse collection and disposal, and incidental cardboard recycling on Oahu, Hawaii.

Contractor shall be responsible for providing collection and disposal services to include, containers (unless otherwise provided as Government furnished), transportation commensurate with the size and locations of the containers, local management and supervision, quality control, servicing or replacing of contractor furnished containers, labor, permits and licenses.

Contractor shall be responsible for disposing of refuse and recycling at approved Oahu sites. Services shall be performed at the following USCG locations: USCG Honolulu - Sand Island, Marine Safety Office - Pier 4, and Kiai Kai Hale (KKH) Phases I and II. Periods of Performance are 1 October 2003 through 30 September 2004 (Base Year) with four, one-year options for USCG Honolulu and MSO, and 1 October 2003 - 30 September 2004 (Base Year), with one option period from 1 October 2004 through 31 December 2004 for KKH Phases I and II. The Government contemplates the services at KKH will be placed under a private-public venture contract on 1 January 2005. This procurement will be conducted under FAR part 13.5 and will be evaluated as Best Value.

Price and technical proposals will be required as well as past performance and financial information. The proposed contract is set-aside for HUBZone small business concerns. Offers from other than HUBZone small business concerns will not be considered. Firms will be required to provide a copy of current HUBZone certificates with proposals. NAICS Code is 56211. Size standard is $10 million.

The Request for Proposal will only be available on FEDBIZOPS and should be posted on or about 11 July 2003. Hard copies of the solicitation will not be issued.

All comments or questions relating to this presolicitation notice or the request for proposal must be in writing and directed to the Contracting Officer, Ms. Lynne Beard at lbeard@d14.uscg.mil or faxed to 808-541-2203.

The primary Contracting Officer is located at a Satellite Office on Oahu, Hawaii, telephone number 808-541-2201. Alternate point of contact is Ms. Sheila Leonard at sleonard@d11.uscg.mil - - telephone number 510-437-3732. All FOIA requests for contract information and pricing should be sent to the FOIA Control Officer, Ms. Sharon May, at smay@d11.uscg.mil.

Solid Waste Services Camp Lejeune, North Carolina

Document Type:  Presolicitation Notice

Solicitation Number: N62470-03-R-4207

Operation of Government-owned facilities

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699

Description: The Atlantic Division, Naval Facilities Engineering Command, Norfolk, Virginia intends to acquire (if considered more economical) Solid Waste Services. This includes but is not limited to; collection and disposal of refuse, collection and diversion of recyclables, Operation of a Treatment and Processing Facility, Operation of a Composting Facility, and Operation of a Landfill and other miscellaneous services at Marine Corps Base Camp LeJeune, North Carolina. This procurement is the result of a Commercial Activities (OMB Circular A-76) Study for which 25 positions have been announced.

The proposed acquisition will be low price technically acceptable to determine the economic feasibility of accomplishing services in-house or by contract in accordance with OMB circular A-76.

The proposed solicitation will be unrestricted. Any resultant contract will be a Firm Fixed Price Contract for a base period of one year with four one year options to extend, total duration not to exceed sixty (60) months. The North American Industry Classification System (NAICS) Code for this requirement is 562212 and the average annual receipts for the last three years is $10,500,000. Availability of the solicitation will be limited to the electronic medium (see FAR 5.102(a)(7)); the solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil.

All prospective offerors and plan holders shall register as plan holders on the website in order to receive a copy of the solicitation. The official plan holder's list will be maintained on and can be printed from the website. Registering offerors and plan holders must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, suppliers, plan holders, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.)

Notification of any amendments/changes to the solicitation information will only be made on the website for any posted changes. It is the sole responsibility of the offeror to continually view the website for any amendments or changes made to the solicitation information. Specifications will be available for viewing and downloading on or about 20 June 2003 at our website http://esol.navfac.navy.mil.

The free Adobe Acrobat Reader required to view PDF files can be downloaded from the Adobe website. Information on the Site Visit/Preproposal Conference will be posted on the website as it becomes available. Contractors registered on the Conference section of the web page will be considered for the site visit.

Before making any final travel arrangements for the Site Visit, refer to the web page for up to date information and base clearance instructions. All responsible sources may submit an offer, which will be considered.

In accordance with the provisions of DFARS 252.2004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, offerors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the database on the part of an offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov EMAILADD: foskeycl@efdlant.navfac.navy.mil.

Original Point of Contact: Christine Foskey, Contract Specialist, Phone 757-322-4149, Fax 757 322-4166, Email FoskeyCL@efdlant.navfac.navy.mil - David Doxey, Supervisory Contract Specialist, Phone (757) 322-4149, Fax (757) 322-4166, Email DoxeyDR@efdlant.navfac.navy.mil.