RFPs/Bids for the Week

Trash/Garbage Collection

Document Type:  Presolicitation Notice

Posted Date: Apr 03, 2002

Original Response Date: Jun 24, 2002

Contracting Office Address: Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522

Description: General Information Document Type: Solicitation Notice Reference Number: FQ487720840200 Posted Date: April 3, 2002 Response Date: June 24, 2002 Archive Date: Classification Code: S205

Contracting Office Address: United States Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ 85707-3522 Description Contractor shall provide all management, supervision, labor, material, vehicles and equipment to perform all operations necessary in connection with Refuse Collection Services at Davis-Monthan AFB AZ. The contractor shall perform to standards in the contract as well as all local, state, and federal regulations.

Work includes estimated annual quantities of: 1,248 Roll-off services, 18,876 dumpster services, 240 out of schedule services, 2,820 tons of refuse, 260 tons of green compost material recyclable, 120 tons of scrap wood recyclable. The base period of performance will be October 1, 2002, through September 30, 2003, with four one-year option periods, all of which will be included in the evaluation for award. This solicitation is an unrestricted solicitation open to all firms. The applicable NAICS Code for this solicitation is 562111 and the corresponding size standard is $12 million.

This solicitation will be issued as a commercial format Request for Proposals, using Past Performance/Price Tradeoff evaluation procedures. This solicitation will be issued on or about May 20, 2002. It will be available only via the Electronic Procurement System (www.fedbizopps.gov).

No paper copies will be furnished. No bidders mailing list will be maintained. Points of Contact TSgt Kenneth R. Winfield, Contract Specialist, Phone (520) 228-4830, Fax (520) 228-5462, email Kenneth.winfield@dm.af.mil. Fred Marsh, Contract Specialist, Phone (520) 228-3598, Fax (520) 228-5462, email Frederick.marsh@dm.af.mil. 

Point of Contact: Ken Winfield, Contract Specialist, Phone 520-228-2451, Fax 520-228-2369, Email kenneth.winfield@dm.af.mil  - Dorian Gomez, Contract Specialist, Phone 520-228-5461, Fax 520-228-5284, Email dorian.gomez@dm.af.mil

 

Base Refuse and Recycling Services

Document Type:  Sources Sought Notice

Posted Date: Apr 03, 2002

Classification Code: -- Utilities and housekeeping services

Contracting Office Address: Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB, DE, 19902-5639

Description

This is a request for information only. (RFI). There is no solicitation package available. Dover Air Force Base Delaware is requesting sources sought on Base Refuse and Recycling Services. This is to identify potential Qualified HUB Zone Small Business Concerns. The government does not intend to pay for any information provided. Contractor shall provide personnel, tools, materials, supervision, and other items and services necessary to perform base wide refuse collection and disposal services and recycling services on Dover AFB, Delaware.

Performance includes but is not limited to refuse collection, disposal and recycling services. Recyclables are classified as Materials that exhibit the potential to be used repeatedly in place of virgin material. Recyclable materials at Dover AFB include metal cans glass (clear and colored), plastics, (all office paper, newspapers and corrugated cardboard (to include cereal boxes/soda cartons, etc), scrap metal, aerosol containers, crushed paint cans, and lead acid batteries.

The initial contract period shall run from 1 October 2002 - 30 September 2003. Option year One is 1 October 2003 - 30 September 2004. Option year two is 1 October 2004 - 30 September 2005. Option year three is 1 October 2005 - 30 September 2006. Option year four is 1 October 2006 - 30 September 2007. The Standard Industry Code (SIC) is 4953. The North American Industry Classification System (NAICS) Code is 562111.

Point of Contact: Brenda Lytle, Contract Specialist, Phone (302) 677-5033, Fax (302) 677-2309, Email Brenda.Lytle@dover.af.mil - Susan Bailey, Contract Specialist, Phone (302) 677-5104, Fax (302) 677-2309, Email Susan.Bailey@dover.af.mil.

 

Feasibility Study For The Waste Management Project

Document Type:  Presolicitation Notice

Posted Date: Apr 02, 2002

Classification Code: Special studies and analysis - not R&D

Contracting Office Address: United States Trade and Development Agency, TDA Contracts Office, TDA Contracts Office, 1621 North Kent Street, Suite 200, Arlington, VA, 22209-2131

Description: Proposal Submission Place: Grantee: Umicore Med JSC (former Union Miniere Pirdop Copper JSC): Date: Apr. 1/02: Contact Person: Mr. Demis Panayotidis: Address:2071 Pirdop, Bulgaria Phone: 359 728 48 2276: Fax:359 2 980 64 90:

The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study for the Waste Management Project at the Umicore Med plant in Pirdop, Bulgaria.

In 1997, Union Miniere, presently named Umicore, bought the MDK copper production factory located in Pirdop, Bulgaria. In addition to an ongoing Environmental Remediation Program, addressing Historical damages, and an ongoing Environmental Compliance Program, part of an Investment Program addressing compliance with Bulgarian legislation, Umicore Med is now implementing a Waste Management Program to address the management and optimum recycling of wastes produced during the present operational activities of the factory.

The U.S. firms selected will 1. Assess and develop the feasibility of a strategy which Umicore Med could develop to reduce waste generation in terms of volume and harmfulness, and; 2. Develop the feasibility of recycling two main waste streams coming from the factory, Fayalite and Gypsum, in order to limit waste storage in landfill and optimise recycling. The U.S. firm selected will be paid in U.S. dollars from a $141,000 grant to the Grantee from the U.S. Trade and Development Agency (TDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal and the Terms of Reference are available from TDA, at 1621 N. Kent Street, Suite 200, Arlington, VA 22209-2131. Requests for the RFP should be faxed to the IRC, TDA at 703-875-4009. In the fax, please include your firm?s name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want TDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to TDA to retrieve the RFP should allow one hour after faxing the request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt.

Because of the large number of RFP requests, TDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mailroom before calling TDA. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the TDA-financed activity.

All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the TDA grant amount. Details of TDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 16:00 local time (GMT + 2 hrs), May 13, 2002 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.

Point of Contact: Evangela Kunene, Procurement Data Manager, Phone 703-875-4357, Fax 703-875-4009, Email ekunene@tda.gov

 

Provide Solid Waste Management For Fort Hood, Texas

Document Type:  Presolicitation Notice

Posted Date: Apr 01, 2002

Classification Code: Utilities and housekeeping services

Contracting Office Address: Headquarters, III Corps and Fort Hood Contracting Command, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025

Description: The requirement includes all refuse collection and disposal for the cantonment area; all pickup, segregation, and delivery of recyclables from the cantonment area to the Fort Hood Recycle Center; all cleaning of grease traps and collection of grease trap waste from food service facilities with delivery to the landfill; collection of compostable waste and delivery to the compost center; complete operation of the Fort Hood Compost Center; and complete operation of the Fort Hood Landfill including construction and providing professional services associated with landfill operations.

The anticipated period of the contract is 1 November 2002 through 31 October 2003 with four one-year option periods. The resultant contract will be a firm fixed price requirements contract. The tentative date for issuance of Request for Proposals is 19 April 2002, and the tentative date for receipt of proposals is 17 May 2002. The NAICS code for this acquisition is 562111 with a size standard of $10.0 million.

This acquisition is subject to the Small Business Competitiveness Demonstration Project (FAR 19.10), and will not be set-aside for small business concerns. The solicitation will be issued electronically and will be available for viewing at the following website: The Fort Hood Contracting Command (CCMD) website at http://ccmd.hood.army.mil, the Fort Hood Business Opportunities page at http://abop.monmouth.army.mil, and the Army Single Face to Industry (ASFI) Acquisition Business website at http://acquisition.army.mil.

Anyone wishing to participate in this procurement must obtain a copy from the Internet. The solicitation will also be posed through the Internet on or after 19 April 2002 with an anticipated closing date of 17 May 2002. No paper copies of the solicitation will be mailed. Contractors will be solely responsible for obtaining amendments from the Internet and updating their files. Telephone request will not be honored. All responsible sources may submit a proposal. Contractors must be registered in Central Contractor Registration (CCR), accessed via the Internet at http://www.ccr.gov.

 Contract Specialist is Belinda Woods, 254-287-6495, e-mail: http://belinda.woods@hood.army.mil; Contracting Officer is Rebecca Coon, 254-287-5479, e-mail: http://rebecca.coon@hood.army.mil. 

Request all responsible sources who are truly interested in proposing on the acquisition, provide their name, address, phone number, fax number, e-mail address and point of contact to Belinda Woods, Contract Specialist, for the sole purpose of establishing a list of interested offerors in the event that the government websites are not accessible, only after issuance of the solicitation to the websites.

Point of Contact: Belinda Woods, 254-287-6495

Email your questions to Headquarters, III Corps and Fort Hood Contracting Command at belinda.woods@hood.army.mil