RFPs (Requests for Proposals) for the Week

Several C&D projects, handling and recycling scrap rubber, purchasing scrap copper, and handling a recyclables collection program are included in this week's list.

Recycling & Refuse Collection

Document Type:  Presolicitation Notice

Solicitation Number: F45613-03-Q-A015

Classification Code: P -- Salvage services

Set Aside: Total HUB-Zone

Contracting Office Address: Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403

Description: The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items or services necessary to perform Refuse/Recycling and yard waste collection and disposal services for the industrial and family housing areas at Fairchild Air Force Base, Washington.

Contract requires the operation of an on-base recycling collection facility. A requirements type contract will result from this solicitation. The performance period will be for a one-year basic period, with an anticipated start date of Oct. 1, 2003, and 4 one-year option periods. This requirement is a competitive hub-zone small business set aside.

The solicitation will be issued on or about May 1, 2003. The closing date and time for submission of offers will be contained in the solicitation package. The successful offeror must have a permit issued by the Washington Utilities and Transportation Committee (WUTC) in order to be determined a responsible contractor and eligible for contract award. Waste Management Company is currently the only company possessing a permit from the WUTC for the geographic area covering Fairchild Air Force Base.

The entire solicitation will be made available only on the Electronic Posting System (EPS) website at http://www.eps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package.

The acquisition will be solicited in accordance with FAR Part 12 (Commercial Acquisition) and FAR Part 13 (Simplified Acquisition Procedures) utilizing best value evaluation criteria considering technical, past performance, and price. The NAICS code is 562111.

To be eligible for contract award, a firm MUST be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet Site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414.

Original Point of Contact: Todd Wright, Contract Specialist, Phone (509)247-2236, Fax (509)247-8685, Email todd.wright@fairchild.af.mil - Mike Gilbert, Contract Specialist, Phone (509) 247-8692, Fax (509) 247-8685, Email mike.gilbert@fairchild.af.mil.

Landfill And Recycling Services, Camp Lejeune, North Carolina

Document Type:  Sources Sought Notice

Solicitation Number: N62470-03-R-4194

Classification Code: M -- Operation of Government-owned facilities

Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, Facilities Support Contracts, Code AQ12 1510 Gilbert Street, Norfolk, VA, 23511-2699

Description: Sources Sought for potential Prime Contract Opportunities. The Government is seeking, for planning and informational purposes, qualified, experienced sources interested in performing services on the following requirement.

The proposed acquisition is the result of a Commercial Activities (OMB circular A-76) and is subject to Government in-house cost comparison to determine the economic feasibility of accomplishing services in-house or by contract in accordance with OMB circular A-76. Therefore, the Government is requesting that interested concerns respond to this notice by sending a brief summary email to divitopj@efdlant.navfac.navy.mil indicating the name, address and phone numbers (including facsimile and e-mail address) of your firm, Point of Contact, Type of Business, i.e. Small Business, Small Disadvantaged Businesses, Women-Owned Small Business, etc. Also, provide no more than three (3) references of same or similar type work with a value of at least $2,000,000 per year. These references should indicate the type of work for each project including functions performed, Point of Contact, Phone Number and Dollar Value of project.

The NAIC Code for this requirement is 562212 and the average annual receipts for the last three years is $10,500,000.

The Atlantic Division, Naval Facilities Engineering Command, Norfolk, Virginia intends to acquire services for collection and disposal of Refuse as well as collection and packaging/storage of Recyclable materials at Marine Corps Base Camp LeJeune. The work also includes Operation of a Treatment and Processing Facility for recyclable wood, yard waste, and concrete products and operating the Installation’s Subtitle D Municipal Solid Waste Landfill.

This will be combination firm fixed price/indefinite quantity type contract for a base period of one year with four one year options to extend, total duration not to exceed sixty (60) months. EMAILADD: divitopj@efdlant.navfac.navy.mil.

Original Point of Contact: Patty Divito, Contract Specialist, Phone 757-322-4138, Fax 757-322-4142, Email divitopj@efdlant.navfac.navy.mil - Renee Comfort, Contract Specialist, Phone 757-322-4133, Fax 757 322-4166, Email ComfortRM@efdlant.navfac.navy.mil.

Conduct Household Hazardous Waste Collection Days

Document Type:  Presolicitation Notice

Solicitation Number: F22600-03-R-009

Set Aside: Total Small Business

Contracting Office Address: Department of the Air Force, Air Education and Training Command, Keesler AFB Contracting Squadron, 310 M Street Rm 102, Keesler AFB, MS, 39534-2147.

Description: Provide all facilities, labor, transportation, equipment, parts, materials to perform all work necessary to conduct two (2) Household Hazardous Waste Collection Days at Keesler AFB, MS.

Military Housing consists of 1,611 units. The project will take place at the Recycling Center, building 4004, from 0900-1500 on April 23, 2003 and Sept. 16, 2003. Anticipated issue date of the solicitation is March 19, 2003. Closing date is April 2, 2003.

Solicitation will be electronically issued and may be accessed and downloaded at the following web address: http://www/fedbizopps.gov/. 

Offerors unable to access this address may contact the Contract Specialist for instructions. This request for proposal is issued under Commercial Simplified Acquisition Procedures (SAP). Award will be made in the form of a firm fixed-price contract. Faxed proposals will be accepted at (228) 377-3298. This acquisition is set aside 100% for small business.

Original Point of Contact: Annie English, Contract Specialist, Phone (228) 377-1826, Fax (228) 377-3298, Email annie.english@keesler.af.mil  - Carolyn Murphy, Flight Chief, Flight A, Phone (228) 377-3130, Fax (228) 377-3298, Email carolyn.murphy@keesler.af.mil.

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

Document Type:  Presolicitation Notice

Solicitation Number: DABK19-03-B-0002

Classification Code: S -- Utilities and housekeeping services

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 regulations. Contract to start on date of award through Sept. 30, 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 certification 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) March 17 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.

Email your questions to ACA, Fort Jackson at darbyl@jackson.army.mil.

Purchase Scrap Copper Conductors From Excess Hoover Dam Transmission Line Being Removed.

Document Type:  Presolicitation Notice

Solicitation Number: 03SQ303136

Contracting Office Address: Bureau of Reclamation LCR P O BOX 61470 Boulder City NV 89006

Description: The Bureau of Reclamation, Hoover Dam, Boulder City, Nevada, intends to award on a "sole source" basis a purchase order to PAR Electrical Contractors, 4770 N. Belleview Avenue, Suite 300, Kansas City, MO 64116-2188, for the scrap copper that is being removed from Hoover Dam by PAR Electrical Contractors.

PAR Electrical Contractors is the prime contractor for the Western Area Power Administration in the removal of the copper transmission line and insulators. Hoover Dam intends to buy back this copper to design and manufacture Hoover Dam memorabilia as authorized by Law. Legal authority allows Hoover Dam to create memorabilia from scrap property and material no longer needed in the operations of Hoover Dam. (This scrap material must have been used in the operations of Hoover Dam.) This original Hoover Dam copper is not available from any other source.

The anticipated award date is March 17, 2003.

Original Point of Contact: Leslie Leavitt Purchasing Agent 7022938642 lleavitt@lc.usbr.gov.

Email your questions to Point of Contact above or IDEASEC HELP DESK at EC_helpdesk@NBC.GOV

Rubber Scrap Removal

Document Type:  Combine Solicitation

Solicitation Number: N68836-03-T-0120

Set Aside: Total Small Business

Contracting Office Address: Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547

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. The solicitation number N68836-03-T-0120 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular.

This solicitation is issued on an unrestricted basis, NAICS Code 562111. DRMO Jacksonville Florida requires a contract for the monthly removal of rubber scrap located at DRMO, Bldg 174, 8297 Roosevelt Blvd, Jacksonville Fl 32212 and at Camp Blanding, Bldg Z400, Starke Fl 32091.

Contractor to provide price per pound for this removal. The vendor will be required to check with DRMO to have trucks weighed in and out. DRMO will certify truck weight before and after loading. Period of performance will be from date of contract award through 30 Sep 2003. The following provisions apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and citing: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.222-41, 52.222.42,52.222-43; 52.219-1 Small Business Program Representations; 52.219-6 Notice of Total Small Business Set-Aside; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items and citing 252.224-7000; Offers are due by close of business 18 Mar 2003 and may be faxed to 912/673-2191, FISC Kings Bay, 930 USS Hunley Ave, Rm 214, Naval Submarine Base, Kings Bay, Ga 31547; Point of Contact Carolyn Wilson, ph 912/673-2001 ext 9283; Numbered Note 1 applies;

Original Point of Contact: Carolyn Wilson, Purchasing Agent, Phone (912) 673-2001 x9283, Fax (912) 673-3776, Email carolyn_b_wilson@jax.fisc.navy.mil - Carolyn Wilson, Purchasing Agent, Phone (912) 673-2001 x9283, Fax (912) 673-3776, Email carolyn_b_wilson@jax.fisc.navy.mil.

Refuse Collection and Disposal, and operation of Construction Debris Landfill at Fort Knox, KY

Document Type:  Sources Sought Notice

Solicitation Number: DABK21-REFUSE

Contracting Office Address: ACA, Fort Knox, Directorate of Contracting, Building 1109, Room 250, Fort Knox, KY 40121-5000

Description: NA The Fort Knox Directorate of Contracting is determining the appropriate acquisition strategy for the following requirement: Refuse Collection and Disposal and Operation of the Construction Demolition (CD) Debris Landfill at Fort Knox, KY.

Requirement consists of, but is not limited to, collecting, hauling, and disposing of refuse at a designated off-post waste handling facility permitted by the state EPA, and operation of the CD landfill at Fort Knox, KY. There are two designated approved landfills, both are approximately 30 miles one way from Fort Knox.

The North American Industry System Classification (NAICS) code for this acquisition is 562212; the corresponding size standard is $10,500,000.00.

Request all interested parties reply no later than close of business on Wednesday, March 19, 2003. Please include your company status (i.e. small business, woman owned, veteran owned, SDB, 8(a) certified, SDB, Hubzone certified, etc).

Correspondence may be emailed to terri.corbett@knox.army.mil, or faxed to 502-624-7165 or 502-624-5869 , Attn: Terri Corbett, Directorate of Contracting, Building 1109B, Rm 250, Fort Knox, KY 40121.

Please note that the solicitation number referenced above is a temporary number and will change once the actual solicitation is issued.

Original Point of Contact: Terri Corbett, 502-624-8062. Email your questions to ACA, Fort Knox at Terri.Corbett@knox.army.mil.

Demolition

Document Type:  Special Notice

Solicitation Number: VA-SNOTE-030313-002

Contracting Office Address: Attn: Department of Veterans Affairs, VISN 3 Network Acquisition Program, (00BSC), , 130 West Kingsbridge Road, Bronx, New York 10468-3992.

Description: The Department of Veterans Affairs, VISN 3, is seeking HUB Zone or 8(a) firms that specialize in demolition. The Manhattan VAMC is considering a project that will include the removal of a reinforced concrete planter in the atrium the outpatient clinic of the hospital, and the fill in and patching of the floor and columns with quarry tile that matches the existing tile in the atrium area.

Interested parties should contact Stephanie Morreale at 973-676-1000, x1623 or via email at stephanie.morreale@med.va.gov.

No more results found.
No more results found.