Disposal And/Or Recycling Of Hazardous And Specialized Waste Materials
Document Type: Presolicitation Notice
Solicitation Number: 646-20-03
Contracting Office Address
Attn: Department of Veterans Affairs Pittsburgh Healthcare System, Contracting Officer, (04A-H), 7180 Highland Drive, Pittsburgh, Pennsylvania 15206
Description: The Department of Veterans Affairs VISN #4 has a requirement for the procurement of Waste Disposal Services for a period of one (1) year with Government Option for 4 additional one-year periods.
Services are for the pickup, disposal and/or recycling of hazardous and specialized waste materials in compliance with all applicable federal, state, county, city, and local laws, rules and regulations for multiple sites of VISN 4: Altoona, Butler, Coatesville, Erie, Lebanon, Philadelphia, Pittsburgh, and Wilkes-Barre in Pennsylvania; Clarksburg, West Virginia and Wilmington, Delaware.
The estimated solicitation issue date is on or around Feb. 28, 2003. NAICS Code 562211 applies; the small business size standard is $10.5 million.
All requests for bid package must be in writing. No telephone requests will be honored. Submit written request specifying IFB No. 646-20-03 to Marian Ropelewski (04A1-H), VA Pittsburgh Healthcare System, 7180 Highland Drive, Pittsburgh, PA 15206 or fax to (412) 365-5444. Approximate bid opening is March 12, 2003 at 3:00PM (local Pittsburgh time) in the Contracting Conference Room, 3rd floor, Building 4 at the VA Pittsburgh Healthcare System, 7180 Highland Drive, Pittsburgh, PA 15206.
This is an unrestricted procurement open to both large and small businesses. All responsible sources may submit a bid which shall be considered by the agency.
Point of Contact - Marian Ropelewski, Contract Specialist, (412) 365-5455, Contracting Officer - Marian Ropelewski, Contract Specialist, (412) 365-5455.
Email your questions to Marian Ropelewski at marian.ropelewski@med.va.gov.
Waste Management and Recycling
Document Type: Presolicitation Notice
Solicitation Number: 9531-03-R-0005
Set Aside: 8a Competitive
Contracting Office Address: United States Holocaust Memorial Museum, Financial Management, Division of Procurement, 100 Raoul Wallenberg Place, SW, Washington, DC, 20024-2126
Description: Waste Management and Recycling for the U.S. Holocaust Memorial Museum and Ross Administrative Center for one base year and four (4) one year options.
Original Point of Contact: Ara Wright, Contract Specialist, Phone (000) 000-0000, Fax (202) 314-0345, Email awright@ushmm.org - Greta Nettles, Purchasing Agent, Phone (000) 000-0000, Fax (202) 314-0345, Email gnettles@ushmm.org.
Place of Performance: Address: 100 Raoul Wallenberg Pl, SE, Washington, DC 20024
Transportation, Disposal, and Recycling Document Type: Presolicitation Notice
Solicitation Number: DABJ15-03-B-0001
Contracting Office Address: ACA, Fort Dix, Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
Description: Contractor shall furnish all labor, equipment, materials, transportation and supervision necessary for the identification, transportation, and disposal or recycling of batteries, paint, and fluorescent lamps in accordance with all applicable local, state, and Federal laws and regulations including but not limited to the Resource Conservation and Recovery Act. The contractor shall possess a New Jersey A901 license and the proper NJDEP Solid and/or Hazardous Waste Transport permits.
The contract will have a base of one year from date of award with three option periods of one year each. This is a requirements type contract. This solicitation is being issued as Unrestricted. Only one award shall be made.
Interested firms shall request a solicitation package in writing.
Requests may be mailed to Army Contracting Agency, Army Reserve Contracting Center, 5418 South Scott Plaza, Fort Dix, New Jersey 08640-5097; faxed to Sharon M. Foley, 609-562-6933 or emailed to sharon.foley@dix.army.mil. No telephone requests will be accepted. Requests sent via mail must contain verifiable return address or they will not be opened. All requests should include the solicitation number, your company’s name and address, a point of contact, telephone number, facsimile number , email address if available, taxpayer identification number, cage code, and DUNS number. A bid opening date has not been established at this time, but will be annotated in the final released Invitation for Bid.
Original Point of Contact: Rebecca Fowler, 609-562-3251. Email your questions to ACA, Fort Dix at rebecca.fowler@dix.army.mil.
Removal Of Trash, Infectious Waste And Recycling Paper
Document Type: Presolicitation Notice
Solicitation Number: 69D-009-03
Contracting Office Address
Attn: Department of Veterans Affairs Great Lakes Health Care System= , Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, M= ilwaukee, Wisconsin 53295-0005
Description:
The Great Lakes Acquisition Center is soliciting quotations to provide all labor, transportation, containers, equipment and supervision to remove and dispose of potentially infectious and pathological waste, general rubbish/trash and recycle mixed paper and cardboard at the VA Chicago Health Care System, Lake Side Division (Site 1), West Side Division (Site 2), and the VA Adam Benjamin Jr. Outpatient Clinic in Crown Pt. Indiana (Site 3).
The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations.
Contract type is firm-fixed price and the NACIS code is 562112. Electronic version and hard copy of solicitation will be available on or about February 14, 2003. 20 Contract award is subject to availability of funds.
Point of Contact - Scott B. Koerner, Contracting Officer, (414) 902-5422. Email your questions to Scott B. Koerner at scott.koerner@med.va.gov.
Aluminum Can Recycle Container Lids
Document Type: Presolicitation Notice
Solicitation Number: N1526035115
Set Aside: Total Small Business
Contracting Office Address: IMR - ROMO - Rocky Mountain National Park 1000 Hwy 36 Estes Park CO 80517
Description: The Department of the Interior, National Park Service, Rocky Mountain National Park, intends to acquire 65 bear-proof aluminum can recycle container lids meeting the following specifications: Constructed of 12-gauge cold rolled steel. Fits 30-gallon metal trash container. Ability to pivot and lock into both an up and down position. Supported by 4"x4"x1/4" square-tube post with rebar outriggers to facilitate stable mounting in concrete. Primed, and painted with industrial enamel such as Rustoleum 2FP63 "Dark Green" or approved equal.
The lids are to be delivered to Building 79, Warehouse, Rocky Mountain National Park, Estes Park, Colorado by May 2, 2003. On-site installation is not required.
A solicitation for written proposals will be issued on or about March 3, 2003. Proposals will be due by close of business March 24, 2003, and award is anticipated on or about March 28, 2003. The Government contemplates awarding a single, firm-fixed-price contract following Simplified Acquisition procedures. Award will be made that represents the best value to the Government, price and other factors considered. The Government plans to evaluate proposals and make an award without conducting discussions. The evaluation factors include quality, past performance and price. Quality and past performance, when combined, are significantly more important than price. Quality will be evaluated according to the degree to which the offered product meets established specifications, method of installation, ease of access to deposit aluminum beverage cans, and ease of use to empty the trash container. Past performance will be evaluated according to the proven ability of lids to deter black bears from accessing container contents, production ability and ability to meet established delivery dates.
Offerors are invited and encouraged to cite previous or current similar contracts, addressing any problems encountered and corrective actions taken. A record of no past performance history will be evaluated neither favorably nor unfavorably. Price structure should be per lid including delivery. See Numbered Notes 1 and 26. All responsible sources may submit one or more proposals, which shall be considered. Solicitations will not be available electronically.
Solicitations will be sent via US Mail. Interested parties may request a copy of the Solicitation by contacting Contract Specialist Vivian Ridley before March 3, 20003, by phone at 970-586-1235 or by FAX at 970-586-1257.
Proposals may not be submitted via FAX. This acquisition is 100% set-aside for small businesses. The FPDS Supply Code is 7240, Household and Commercial Utility Containers. The NAICS code is 332439, Other Metal Container Manufacturing. The small business size standard is 500 employees.
Original Point of Contact: Vivian S. Ridley Contract Specialist 9705861235 vivian_ridley@nps.gov. Email your questions to Point of Contact or IDEASEC HELP DESK at EC_helpdesk@NBC.GOV.
Request For Expression Of Interest (Eoi) - Collection And Disposition Of Ineel Sanitary Solid Waste And Select Non-Hazardous And Non-Radioactive Industrial Waste Streams
Document Type: Sources Sought Notice
Solicitation Number: Reference-Number-PROC12
Contracting Office Address: Department of Energy, Idaho Nat'l Engineering and Environmental Laboratory (DOE Contractor), Idaho National Engineering & Environmental Laboratory, 2525 Fremont P.O. Box 1625, Idaho Falls, ID, 83415-3920
Description: Collection and disposition of ineel sanitary solid waste and select non-hazardous and non-radioactive industrial waste streams.
Contact: Scott Drewes. BBWI, a managing and operating contractor for the Department of Energy at the Idaho National Engineering and Environmental Laboratory, is seeking an expression of interest from firms to provide waste collection and disposition services for a variety of the INEEL’s non-hazardous and non-radioactive waste streams. Disposal of the wastes shall be at an appropriately licensed and/or permitted landfill facility located outside of areas managed by DOE.
The solid waste streams to be managed under this scope of work shall include office trash, including paper, cardboard, and similar materials; cafeteria wastes; non-hazardous/non-radioactive industrial wastes suitable for disposal in a municipal Subtitle D landfill facility; asbestos; and petroleum contaminated material (PCM) including soil, gravel, etc.
The proposed scope of work will include on-site waste verification and radiological screening activities to ensure waste items not specifically allowed for such disposition are not present in the waste containers. This scope of work specifically excludes the management of all other INEEL wastes including RCRA hazardous wastes, radioactive wastes, sanitary wastewaters, unpainted/untreated wood, rubble, asphalt, scrap metal, dirt and gravel (other than PCM), and sensitive materials.
Vendors shall supply the necessary dumpsters and/or roll-off containers to collect the waste and provide transportation services to the final disposal facility. All proposed disposal facilities shall be subject to approval by BBWI. Waste must be picked up from designated collection points at each of the INEEL operating facilities according to a specified schedule. Based on current operations, it is estimated that there are approximately 200 dumpsters in use at the INEEL for the collection of the specified waste streams.
Based on past generation rates, it is estimated that approximately 27,000 cubic yards of these wastes will be generated annually. Specific detailed dumpster locations and quantities as well as waste generation estimate data will be provided in the Request for Budgetary Estimate when issued.
The contractor shall perform work under documented Health and Safety Plans and Quality Assurance Plans, have personnel conducting work at the INEEL facility cleared through the DOE security process, and conduct all work in accordance with INEEL site procedures and applicable State and Federal regulations.
Development of a Request for Proposal (RFP) for the management of these waste streams under contract(s) will be contingent on the financial feasibility of the project based on a review of the budgetary estimates and availability of necessary funding. The RFP, if developed, will include detailed information concerning anticipated waste stream volumes and weights, and specific administrative and regulatory requirements applicable to the scope of work. Qualified respondents must provide two printed copies of the following information: company name, address, point of contact, email, phone/fax numbers and a concise summary report that describes the capabilities of the respondent and a listing of all similar recent activities complete with reference names and telephone numbers, and copies of licenses and permits held applicable to transport of this waste.
Respondents who provide insufficient information will not be considered further. The expression of interest is totally separate from all other solicitations involving the management of INEEL wastes.
Firms interested in responding should forward the requisite information to: Mr. Scott Drewes, Bechtel BWXT Idaho, LLC, P.O. Box 1625, Mail Stop 4142, Idaho Falls, ID 83415-4142. Responses by email, fax, or telephone will be considered nonresponsive. This solicitation will close on March 7, 2003
Original Point of Contact: Sonja Rish, Consulting Office Specialist, Phone 208-526-2290, Fax 208-526-7743, Email sja@inel.gov - Sonja Rish, Consulting Office Specialist, Phone 208-526-2290, Fax 208-526-7743, Email sja@inel.gov.