Hazardous Waste Disposal
Document Type: Presolicitation Notice
Solicitation Number: 261-0063-04
Contracting Office Address: Attn: Department of Veterans Affairs Palo Alto Health Care System, 3801 Miranda Avenue, Bldg. 6, Rm C-140, Palo Alto, California 94304
Description: The Department of Veteran's Affairs Medical Center, Palo Alto Health Care System, Palo Alto, CA, intends to award a contract for labor, materials, transportation and supervision necessary to provide pick-up, packaging and disposal of hazardous materials and chemicals, as well as shop solvents and fluids. Materials such as recyclable motor oil and anti-freeze are not included.
The contractor will supply this service to Department of Veterans Affairs to include VA Palo Alto Health Care System (including Livermore Division), VAMC San Francisco and VAMC Fresno in accordance with FAR 12.203 and FAR Part 13. Period of performance: Apr. 1, 2004 through Mar. 31, 2005, plus (4) four option years.
NAICS Codes is 562112; size standard of $10.5 million applies. No telephone requests will be accepted.
All questions must be submitted in writing, questions may be faxed to W. Ulibarri, (650) 849-0332 or emailed to bill.ulibarri@med.va.gov. You may also mail to: William Ulibarri, Consolidated Contracting Activity (CCA/90), VAPAHCS, Room C-140, Bldg. 6, 3801 Miranda Ave., Palo Alto, CA 94304. Electronic solicitation may be accessed at http://www.bos.oamm.va.gov.
Any amendments issued to this solicitation will also be available from the same URL address. Contractors are responsible for submitting all documents required in accordance with the solicitations, including all amendments issued against this solicitation which will be posted on this website. Solicitation is also subject to availability of funding.
The following provisions and clauses apply plus any addenda: FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications --Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; and 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items.
Recycling Collection Container and Waste Receptacles
Document Type: Award Notice
Solicitation Number: 7FCM-C4-03-0073-B.FSG-72
NAICS Code: 326199 -- All Other Plastics Product Manufacturing
Contracting Office Address: General Services Administration, Federal Supply Service (FSS), General Products Center (7FX), 819 Taylor Street Room 6A24, Fort Worth, TX, 76102
Contract Award Number: GS-07F-5637P
Contract Award Amount: $125,000
Contractor: Advanced Combustion Systems, 1999 Alpine Way, BELLINGHAM, WA 98226
Recycling Services For The Cleveland, Akron & Broadview Heights, Ohio Area
Document Type: Award Notice
Solicitation Number: GS05P03GAE0134
NAICS Code: 562111 -- Solid Waste Collection
Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Property Management Contracts Branch - Chicago (5PMC), 230 South Dearborn Street, Room 3324, Chicago, IL, 60604
Contract Award Number: GS05P03GAE0134
Contract Award Amount: ITEMS A - E: 66.0%; ITEM F: .033%
Contractor: Recycling Network LLC, 1341 Lloyd Rd., Wickliffe, OH 44092
Recover And Recycle Tritium Items
The United States Air Force, 88th Air Base Wing (ABW), Wright-Patterson AFB, OH is seeking potential sources to recovering and/or recycling of some or all tritium items managed by the 88th ABW Directorate of Environmental Management.
Services shall include, but are not limited to, providing all labor, equipment, facilities, materials and personnel necessary to recover and recycle any of the following: emergency indicators (lighting), compasses and watches.
Description of Services: A proposed draft Performance Work Statement (formerly Statement of Work) is attached here to provide each respondent a better understanding of the Air Force’s needs and respondent’s potential ability to meet planning purchase request requirements.
Performance Work Statement: The Air Force anticipates conducting a competitive acquisition for this award. Efforts within this performance work statement are expected to be a basic year effort with four one-year options.
Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, woman-owned small business, 8(a), or a HUBZone. All interested firms shall submit information demonstrating their capabilities to perform any or all of the work herein described. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the annual receipts do not exceed $10.5M.
The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement about their capabilities package to assist the Air Force in making a set aside decision. Each respondent is further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.
Any information submitted by respondents to this sources sought synopsis is voluntary.
The Air Force does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited.
Each respondent should not construe this synopsis as a commitment by the Air Force for any purpose.
Capabilities Package: All interested firms shall submit a capabilities package that explicitly demonstrates capabilities and expertise related to this effort. Capability package requirements are to be presented in accordance with the Draft Performance Work Statement attached to this sources sought synopsis.
Each firm’s response will be entitled “Capabilities Package, Recovery and Recycling of Tritium Items”. Additionally, each respondent should include the firm’s understanding of governing statutes and implementing licenses and agreements in compliance with applicable state and federal regulations by the Department of Energy, Department of Defense, Air Force, and other environmental regulators.
Responses may be submitted electronically to the following email addresses: william.callaway2@wpafb.af.mil / charley.julian@wpafb.af.mil in a Microsoft Word compatible format or mailed to: 88th ABW/PKD, ATTN: William Callaway, 1940 Allbrook Drive, Suite 3, Room 109, Wright-Patterson AFB, OH 45433-5309.
Each capability package should be received no later than 1500 hours (3:00 p.m.) Local Time, Thursday, 07 April 2004.
Direct all questions concerning this acquisition to Mr. Callaway or Mr. Charley Julian at (937) 257-6478, Ext. 4392 and 4315.
04T0034 is an 88 ABW/PKD (Outsourcing and Privatization) program.
The current status is Sources Sought and it is a Category F - Natural Resources and Conservation services program.
Solicitation No. FA8601-04-T-0034 Response Date: 04/09/2004
NAIC Code: 562211 Dollar Amount: $100,000 to $250,000
How to contact this program:
POC: William Callaway , Tel: (937)257-6478 x4392
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH 45433-5309
Send email to William Callaway
SEALED BID SALE 804200-2004-0012; SALE OF USED MIXED PAPER AND CARDBOARD FOR RECYCLING
--------------------------------------------------------------------------------
--------------------------------------------------------------------------------
General Information
Document Type: Sale of Surplus Property
Solicitation Number: NASA-SSALE-040308-002
Posted Date: Mar 08, 2004
Original Response Date:
Current Response Date:
Original Archive Date: Mar 08, 2005
Current Archive Date: Mar 08, 2005
Classification Code: 93 -- Nonmetallic fabricated materials
Contracting Office Address
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
Description
Sealed Bid Sale of Used Mixed Paper and Cardboard for Recycling. Property is located at the NASA, John F. Kennedy Space Center, Kennedy Space Center, FL. Inspection dates are March 22 ? 26, 2004, from 9:00 am to 3:00 pm. Pre-Solicitation Conference is March 23, 2004, at 9:00 am. Bid opening is April 6, 2004, at 2:00 pm local time. NOTE: This is a term 3 year contract with two 1-year extensions. A copy of the Invitation for Bid may be obtained from the Internet at: http://surplus.ksc.nasa.gov or call 321-867-2287 and ask for Sale Number 804200-2004-0012.
Original Point of Contact
Pauletta K. McGinnis, Sales Contracting Officer, Phone (321) 867-7027, Fax (321) 867-2588, Email Pauletta.K.McGinnis@nasa.gov
Email your questions to Pauletta K. McGinnis at Pauletta.K.McGinnis@nasa.gov
Additional Information
Click here for the latest information about this notice