RFPs for the Week

General Information

Document Type: Special Notice

Solicitation Number: Reference-Number-PR-NC-02-99088

Posted Date: Feb 19, 2002

Archive Date: Mar 21, 2002

Classification Code: Z -- Maintenance, repair, and alteration of real property

Contracting Office Address

Environmental Protection Agency, Office of Acquisition Management, Contracts Management Division, MD-33, Administration Building, 79 Alexander Drive, Research Triangle Park, NC, 27711

Description

The Environmental Protection Agency has a current contract, number 68-D-99-088, and intends to increase the level-of-effort, and increase the materials and subcontracts budgets in each remaining period of the contract, on a sole source basis to Transcontinental Enterprises, Inc. (TEI), pursuant to 41 USC 253(c)(1): Only one responsible source and no other supplies or services will satisfy agency requirements.

The Environmental Protection Agency has a requirement to provide facilities maintenance and support services for all EPA-owned/leased facilities in Research Triangle Park, North Carolina. The facilities support services include, but are not limited to: 1) alterations, modifications, and repair of buildings, plants, and facilities; 2) planning, estimating, and scheduling of work; 3) carpenter, machine, and metal shop services; 4) preventative maintenance inspections and repairs of facilities and equipment; 5) laboratory fume hood and electrical safety inspections; 6) electronic security system maintenance; 7) fire extinguisher inspections and maintenance; 8) inspection, maintenance, and repair of Government-owned fire alarm systems; 9) construction recycling; and 10) support for facility closeout, restoration and Environmental Due Diligence.

EPA's belief that TEI is the only firm who can provide the continuation of critical on-going work for the Agency's essential facility maintenance support in a timely and cost effective manner, without an extensive training and start-up period, and within the time frame that the Agency requires is based on the fact that TEI has, for the past 18 months, provided support in working in a 1,000,000 square foot complex and research facility that is "Green/Environmental Friendly".

Further, TEI has previously provided the facility maintenance support services and is completely familiar with all building systems, i.e., electrical and mechanical, and has trained and licensed personnel on staff which provides a foundation for expansion of the contract, and has the technical experience in high voltage electrical systems; installation of Lab Hood Systems with monitored and controlled high complex Building Automation System (BAS); ability to certify hood systems to EPA standards; maintain and modify animal stagging and holding complex facilities; ability to maintain the Agency's National Computer Center including Support Equipment, i.e., HVAC, UPS Systems, and Battery Systems; and other areas listed in this notice. Interested parties must 1) demonstrate experience in institutional support in a facility that includes office and research space, with a minimum of 1,000,000 square feet in size and is "Green/Environmental Friendly"; 2) demonstrate relevant experience in a variety of services including facilities support services; technical analysis of studies, reports, designs and drawings of projects; equipment maintenance; snow removal; road maintenance; and maintenance of closed circuit television and security systems, i.e., card access systems; 3) demonstrate relevant experience dealing with high temperature water and chilled water systems; and experience in dealing with work related to Life Safety, i.e., fire alarm, sprinklers, American Disability Act (ADA) compliant work; 4) demonstrate relevant experience in high voltage electrical systems; installation of Lab Hood Systems with monitored and controlled high complex Building Automation System (BAS); ability to certify hood systems to EPA standards; maintain and modify animal stagging and holding complex facilities; ability to maintain a large Computer Center including support equipment, i.e., HVAC, UPS Systems, and Battery Systems; 5) demonstrate relevant experience in modifying and maintaining a large central pump/mechanical room that supports a minimum of a 1,000,000 Sq. Ft. facility; ability to maintain water treatment system for industrial waste/water discharge; ability to install and maintain complex CCTV and access control systems; 6) demonstrated ability to implement and maintain a highly complex preventative maintenance program; 7) demonstrate ability to provide licensed personnel to perform electrical, mechanical, and security work in accordance with all Local, State, National, and Federal codes and specifications; 8) demonstrate the ability to obtain large dollar performance and payment bonds; and 9) demonstrate successful past performance in contracts and subcontracts for similar work. NAICS No. 233320 applies, with a size standard of $20M.

Interested parties who believe they are qualified to perform this effort must submit a written narrative statement of capability within 15 days of this notice to Environmental Protection Agency, Attn: Sandra Clark, Mail Code E105-02, Research Triangle Park, NC 27711 for consideration by the Agency. In order to be responsive, the correspondence must be accompanied by a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine a bonafide capability to meet the Government's requirements.

Responses without the required documentation will be considered non-responsive. This is NOT a formal notice of solicitation. No telephone or facsimile request will be honored. Responses must include detailed technical information and other technical literature demonstrating the ability to meet these requirements. If no affirmative responses are received within 15 days of this notice, the Government will proceed with the procurement of these services with Transcontinental Enterprises, Inc.

Point of Contact

Sandra Clark, Contracting Officer, Phone 919 541-2213, Fax 919 541-0611, Email CLARK.SANDRA@EPA.GOV - Sandra Clark, Contracting Officer, Phone 919 541-2213, Fax 919 541-0611,

 

General Information

Document Type: Presolicitation Notice

Solicitation Number: SP440002R0011

Posted Date: Feb 15, 2002

Original Response Date: May 02, 2002

Current Response Date: May 02, 2002

Archive Date: May 17, 2002

Classification Code: F -- Natural resources & conservation services

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

IDIQ contract for the removal/packaging/transportation and 100%recycling of lithium batteries located at Tobyhanna Army Depot. SP440002R0011 will be issued on the World Wide Web on or about April 2, 2002 and approximate closing date is no earlier than May 2, 2002. The website address is http://www.drms.dla.mil/newproc/indes.htlm. All offers submitted on this solicitation must be submitted in an electronic media only. To view DRMS electronic proposal receipt guidance go to: www.drms.dla.mil. This solicitation will result into a single IDIQ contract award for a base period of 24 months with one 24 month option period. Prospective contractors or subcontractors must be able to meet all federal, state, local laws, ordinances and regulations governing handling, transportation and Recycling/disposal of lithium batteries. All contractors will be required to submit a detail processing plan to demonstrate their ability to 100% recycle lithium batteries. This solicitation is being issued as an unrestricted procurement.

Point of Contact

Keith Bloomensaat, Contracting Officer, Phone 616-961-7124, Fax 616-961-4417, Email kbloomensaat@mail.drms.dla.mil - Keith Bloomensaat, Contracting Officer, Phone 616-961-7124, Fax 616-961-4417

Place of Performance

Address: Tobyhanna Army Depot Tobyhanna, PA

 

General Information

Document Type: Presolicitation Notice

Solicitation Number: 2002-N-00367

Posted Date: Feb 15, 2002

Original Response Date: Mar 04, 2002

Current Response Date: Mar 04, 2002

Archive Date: Mar 19, 2002

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

Contracting Office Address

Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146

Description

The Centers for Disease Control and Prevention (CDC) intends to award a sole source contract to the International Atomic Energy Agency to document the current knowledge and experience of international experts applicable to the monitoring, interception, and managing of ionizing radiation contamination incidents at ports of entry and border crossing points. The project will also develop and publish a report on the state-of-the-art of monitoring and managing radiation contamination exposures suitable for distribution and use by radiation contamination monitoring program managers at ports of entry and border crossings around the world. The applicable NAICS is 514199 and the size standard is $5 million dollars.

Point of Contact

Shirley Wynn, Contract Specialist, Phone 770-488-1515, Fax 770-488-2847, Email swynn@cdc.gov - Rebecca O'Kelley, Supervisory Contract Specialist, Phone (770)488-2636, Fax (770)488-2670, Email ROKelley@CDC.GOV

Place of Performance

Address: Wagramer Strasse 5 A-1400 Vienna, Austria

 

General Information

Document Type: Special Notice

Solicitation Number: VA-SNOTE-020124-001

Posted Date: Jan 24, 2002

Original Response Date:

Current Response Date: null

Archive Date:

Contracting Office Address

Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), , 1970 Roanoke Boulevard, Salem, Virginia 24153-5483

Description

The VA Medical Center, Salem, Virginia, will hold a presolicitation conference on Wednesday, February 13, 2002 in Room 105, First Floor, Building 74. All companies involved in recycling are invited to attend. The purpose of the conference is to hold discussions with industry experts in the field of recycling to include paper, cardboard, scrap metal, tin, aluminum, and wooden pallets for the medical center to determine the best avenue to institute an all-inclusive recycling program. It is anticipated a solicitation for a firm or firms to provide recycling services will be issued as a result of this conference. Questions may be referred to the Senior Contracting Officer at (540) 983-1048.

Email your questions to Teresa Holley at teresa.kendrick@med.va.gov  

General Information

Document Type:  Presolicitation Notice

Solicitation Number: N62477-02-Q-4403

Posted Date: Feb 22, 2002

Original Response Date: Mar 13, 2002

Current Response Date: Mar 13, 2002

Classification Code: J -- Maintenance, repair & rebuilding of equipment

Set Aside: Total Small Business

Contracting Office Address

Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC NDW North, Building 14 National Medical Medical Center, Bethesda, MD, 20889-5609

Description

Recycling services for the National Naval Medical Center Recycling Program. The Contractor is to remove accumulated recyclable paper, used aluminum beverage cans, used glass containers, and used plastic bottles. The contractor is required to pick up UPBs that consist of PET, known as #1 plastic, and HDPE, known as #2 plastic only. The Contractor may pick up other types of plastic, but is not required to do so. The Government may add or delete locations through a modification to the contract, which only the Contracting Officer (CO) may execute. The actual accumulation of recyclable materials may vary in quality and quantity during the course of the contract. This project is being solicited under Simplified Acquisition to all interested firms. The proposed procurement is set aside 100% for small businesses under NAICS 561210. In accordance with FAR 5.102 (a) (7) availability of the solicitation will be limited to the electronic medium; solicitation will be available for download free of charge via the Internet World Wide Web at http://esol.navfac.navy.mil.

All prospective offerors must 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. Hard copies (paper sets) or CD-ROM of the solicitation will not be provided by the Government. Registering offerors and plan rooms must provide a complete name, address, phone number including area code, offeror type (prime contractor, subcontractor, supplier, plan room, etc.), email address and type of business (large, small, small disadvantaged, woman owned, etc.). Notification of any amendments to the solicitation 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 made to this solicitation. For contractors who need assistance in doing business electronically, a website has been developed. The address is www.acq.osd.mil/ec/. To locate a Resource Center for your assistance, just click on ?Assistance Centers?. Contractual/technical/information questions must be requested in writing to Georgette D. Matthews, Contract Specialist, fax (301) 295-2293. NOTE: A pre-proposal conference and site visit will be held, the place and time will be provided once the solicitation has been released. The solicitation will be available on or about 27 February 2002. The response time required by FAR 5.203 will begin on the date of issuance of the solicitation on the website. NOTE: The apparent successful offeror must be registered in the Department of Defense Central Contractor Registration (CCR) database. Award will not be made until this requirement is met. Offerors not already registered in the CCR are highly encouraged to do so by calling 1-888-227-2423, or via the Internet at http://www.ccr.dlsc.dla.mil/. Issuing Office: Resident Officer in Charge of Contracts, Bethesda Area National Naval Medical Center, Building 14 8901 Wisconsin Avenue, Bethesda, MD 20889.

Point of Contact

Georgette Matthews, Contract Specialist, Phone 301-295-2927, Fax 301-295-2293, Email MatthewsGD@efaches.navfac.navy.mil  - Ruth Dyche, Contracting Officer, Phone (301) 295-1748, Fax (301) 295-2293, Email dycherl@efaches.navfac.navy.mil

Place of Performance

Address: National Naval Medical Center 8901 Wisconsin Avenue, Bldg. 14 Bethesda, Maryland 20889

No more results found.
No more results found.