RFPs (Requests for Proposal) for the Week

A modification to an existing bid, and several tire recycling projects are listed in this week's RFPs.

Refuse Collection and Disposal and Incidental Recycling

Document Type:  Modification to a Previous Presolicitation Notice

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

Set Aside: Total Small Business

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 Kia’i 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 a 100% Small Business Setaside. NAICS Code is 56211. Size standard is $10.5million.

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.

Original Point of Contact: Lynne Beard, Contracting Officer, Phone 808/541-2201, Fax 808/541-2203, Email lbeard@d14.uscg.mil - Sheila Leonard, Contracting Officer, Phone 510/437-3732, Fax 510/437-3014, Email sleonard@d11.uscg.mil.

Used tires/scrap rubber removal/disposal/recycling

Document Type:  Presolicitation Notice

Solicitation Number: SP4410-03-R-6008

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-6008. The performance timeframe is a 12-month Base Period and three (3) 12 month options. 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.10, 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.10, Insurance Coverage Amounts, for required insurance amounts. Wage Determinations 1994-2277, Rev.16, dated 07/10/2002, 1994-2417, Rev. 19, dated 05/29/2002, 1994-2273, Rev. 24, dated 06/05/2002, and 1994-2419, Rev. 21, dated 09/05/2002, are applicable to this RFP.

The clauses and provisions included in this RFP by reference can be accessed electronically at these addresses: http://ww.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 James Manring at 269-961-4474, or email Jim.Manring@dla.mil. 

The issue date for this RFP is June 12, 2003, and the closing date is June 30, 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: 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. Point of Contact James Manring, Contract Specialist, Phone (269) 961-7131, Fax (269) 961-4474, 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 Places of Performance DRMO Columbus, 3990 E. Broad St. Bldg. 9, Sec. 3, Columbus, OH 43216; USPFO MI, 3111 W. St. Joseph St., Lansing, MI; DRMO Selfridge, 29591 S. Perimeter Rd., Selfridge ANGB, MI 49045; DRMO Wright Patterson, 590 Person Rd., Wright Patterson AFB, OH 45433

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.

Removal Of Scrap Tires From DRMO At Fort Jackson Sc And Other Locations

Document Type:  Presolicitation Notice

Solicitation Number: DABK19-03-B-0002

Contracting Office Address: ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491

Description: Contractor shall be responsible for providing all personnel, supplies, tools, equipment, labor and transportation to pick-up, transport and 100% recycle scrap tires from Fort Jackson, Shaw AFB, Charleston AFB, Goose Creek, Eastover, McEntire ANG and SCNG i n South Carolina and Fort Gordon, Georgia.

Contractor shall be EPA approved and shall be responsible for obtaining any required licenses and permits and for complying with any applicable federal, state and local laws, codes and requlations. Contract to start on date of award through 30 September 2003 to include three option years. The solicitation will be posted at the ASFI website. The solicitation is being considered as a HUBZone Set Aside. Any interested HUBZone certified firm may submit a written certif ication that they will bid on the project if it is set aside for HUBZone firms.

All written certifications must be in writing and must be received before 4:00PM (ET) on 17 March in order to be considered. If sufficient responses are received the requirement will be set aside for HUBZone firms.

If insufficient responses, the requirement will be 100% Set Aside for Small Businesses without further notice. Responses may be faxed to (803) 751-5429. The NAICS Code is 562111, 500 EMP.

Original Point of Contact: Lillian Darby, 803-751-7699.

Used Tires/Scrap Rubber Removal/Disposal/Recycling

Document Type:  Presolicitation Notice

Solicitation Number: SP4410-03-R-6008

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-6008. The performance timeframe is a 12-month Base Period and three (3) 12 month options. 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.10, 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.10, Insurance Coverage Amounts, for required insurance amounts. Wage Determinations 1994-2277, Rev.16, dated 07/10/2002, 1994-2417, Rev. 19, dated 05/29/2002, 1994-2273, Rev. 24, dated 06/05/2002, and 1994-2419, Rev. 21, dated 09/05/2002, are applicable to this RFP.

The clauses and provisions included in this RFP by reference can be accessed electronically at these addresses: http://ww.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 James Manring at 269-961-4474, or email Jim.Manring@dla.mil.

The issue date for this RFP is June 12, 2003, and the closing date is June 30, 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: 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. Point of Contact James Manring, Contract Specialist, Phone (269) 961-7131, Fax (269) 961-4474, 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 Places of Performance DRMO Columbus, 3990 E. Broad St. Bldg. 9, Sec. 3, Columbus, OH 43216; USPFO MI, 3111 W. St. Joseph St., Lansing, MI; DRMO Selfridge, 29591 S. Perimeter Rd., Selfridge ANGB, MI 49045; DRMO Wright Patterson, 590 Person Rd., Wright Patterson AFB, OH 45433