Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2005 FBO #1238
SOURCES SOUGHT

S -- Sources Sought for Solid Waste Removal and Rental Services - FCI Schuylkill, Minersville, PA

Notice Date
4/15/2005
 
Notice Type
Sources Sought
 
NAICS
562111 — Solid Waste Collection
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-21303-0013-5
 
Response Due
5/4/2005
 
Archive Date
11/30/2005
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are not available at this time. Request for a solicitation will not receive a response. This notice does not constitute a commitment by the Government. The Bureau of Prisons has a future requirement for Solid Waste Removal and Rental services to include Two (2) roll on/off compactor, with a minimum size of thirty (35) cubic yards. The compactor shall be water tight and contain hydraulic ram internally. One compactor shall be located inside the secure perimeter of FCI Schuylkill and one compactor shall be located at the Federal Prison Camp, Schuylkill, located in Minersville, Pennsylvania. The North American Industry Classification System (NAICS) Code is 562111 (Size Standard: $10.5 million). The contractor shall ensure that all trash/refuse is disposed of in accordance with Environmental Protection Agency, Federal, State, County, and Local laws and/or regulations. The expected trash-dumping destination for all refuse in this contract is the approved landfill for the contractor. Disposal fees shall be billed to Government at cost without markup. All licenses, permits, and fees related to the trash/refuse removal shall be the responsibility of the contractor. The trash/refuse removal services shall normally be scheduled as follows: 1. Thirty-five (35) cubic yard roll on/off compactor FCI Schuylkill: Minimum pick-up shall be two (2) times per week: Monday and Thursday. The pick-up time shall normally be no later than 5:20 am and the dumpster will normally be returned between 9:00am and 9:30am. Depending on the quantity of refuse this may be altered up or down to meet the needs of the institution. 2. Thirty-five (35) cubic yard roll on/off compactor FPC Schuylkill: Minimum pick-up shall be one (1) time every other week on Thursday. The pick-up time shall normally be 9:30 am and the dumpster will normally be returned no later than 11:00 am. Depending on the quantity of refuse this may be altered up or down to meet the needs of the institution. The Government contemplates awarding of an indefinite-delivery, requirements-type contracts with firm-fixed unit prices resulting from the future solicitation. The contract period shall consist of a 12 month base period with four-12 month option periods for renewal. A Government proposal to provide these services is being developed, and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Market Survey Questionnaire will be available on or about April 15, 2005, and will be distributed solely through General Service Administration?s Federal Business Opportunities web site http://www.fedbizopps.gov/. The site provides downloading instructions. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. The response date for the market survey is May 4, 2005. No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. All responses to the Market Survey Questionnaire may be submitted in hard copy to U.S. Department of Justice, Federal Bureau of Prisons, Field Acquisition Office, U. S. Armed Forces Reserve Complex, 346 Marine Forces Drive, Grand Prairie, TX 75051, Attn: Jill Erickson, Contracting Officer. Questionnaire?s may also be faxed to (972) 352-4545 (Attn: Jill Erickson). Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov.
 
Place of Performance
Address: Federal Correctional Institution Schuylkill, 181 and PA Rt.901W, Minersville, PA
Zip Code: 17954
Country: United States
 
Record
SN00789302-W 20050417/050415212023 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.