Industrial Wood Waste Grinding at Garrison, Fort McCoy, WI
ID: W911SA23Q3097Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

PSC

NATURAL RESOURCES/CONSERVATION- OTHER (F099)
Timeline
  1. 1
    Posted Sep 15, 2023 8:05 PM
  2. 2
    Updated Oct 5, 2023 3:32 PM
  3. 3
    Due Oct 12, 2023 3:00 PM
Description

The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of Industrial Wood Waste Grinding services at Garrison, Fort McCoy, WI. This service is typically used for the grinding and disposal of wood waste materials. The place of performance for this procurement is Fort McCoy, WI, with a zip code of 54656, in the United States. The primary contact for this procurement is Kristine Scholz, who can be reached at kristine.k.scholz.civ@army.mil. The offer due date has been extended to Thursday, 12 October 2023 at 10:00 AM Central Time (CT), and the estimated performance start date is 23 October 2023.

Point(s) of Contact
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Fort Peck Project $1.5M IDIQ for Tree Removal and Tree Trimming
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, specifically the Department of the Army, for a total small business set-aside contract. The contract is for tree removal and tree trimming services at the Fort Peck Project in Montana. The services include tree trimming, tree felling, wood chipping, stump grinding, masticating woody species, transporting of woody debris, and tree planting. The contract is not to exceed $1.5 million and will be for the U.S. Army Corps of Engineers. The primary NAICS code for this solicitation is 561730 - Landscaping Services. The contract specialist for this pre-solicitation is Lynne Reed, who can be contacted via email at lynne.d.reed@usace.army.mil. A site visit will be scheduled, and additional information will be provided in the solicitation. The place of performance is Fort Peck, Montana. Offerors are advised to register in the System for Award Management (SAM) database to access solicitation documents.
Concrete Grinder Attachment
Active
Dept Of Defense
Concrete Grinder Attachment The Department of Defense, specifically the Department of the Army, is seeking a Concrete Grinder Attachment through a Combined Synopsis/Solicitation procurement notice. This attachment is typically used for maintenance and repair work on lock and dam sites, involving mechanical dredging, rock work, obstruction removal, and Lock and Dam infrastructure rehab work. The attachment is designed for use on a CAT 305 mini excavator in the 3-8 ton class of excavators. The procurement is set aside for Total Small Business and falls under the Construction Machinery Manufacturing industry. The Concrete Grinder Attachment should meet specific technical specifications, including a cutting head diameter between 9 and 11 inches, cutting head width between 19 and 21 inches, primary auxiliary flow rate between 15 and 21.1 gallons per minute (GPM), secondary auxiliary flow rate between 5 and 6.6 GPM, oil flow range between 20 and 35 GPM, pressure between 5500 and 5,850 pounds per square inch (PSI), torque output between 2100 and 2630 foot-pounds, cutting force between 4900 and 5720 pounds, weight between 500 and 635 pounds, input power between 35 and 45 horsepower (HP), carrier weight between 5 and 6 tons, and carrier engine power between 40 and 45 HP. Additional specifications include compatibility with Caterpillar 305 mini excavator's hydraulic lines and quick attachment, as well as an integrated rotation system for 360-degree rotation of the grinding head. The attachment must come with necessary mounting hardware and be delivered and set up on the government-supplied excavator no later than October 30, 2024. The place of performance for this procurement is Fountain City, Wisconsin, United States. For more information or to submit a proposal, interested parties can contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768 (primary contact) or Jesse Onkka at Jesse.L.Onkka@usace.army.mil or 651-290-5444 (secondary contact). Billing and point of contact information will be provided upon award. Please ensure the accuracy and completeness of your proposal as the successful completion of this procurement will have a significant impact on my family's well-being.
S205--Base Plus Four Option Periods (09/01/2024 - 08/31/2029) Solid Waste Collection/Removal at Tomah VA Medical Center Tomah, Wisconsin
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking a contractor for a firm fixed-price contract for solid waste collection and removal at the Tomah VA Medical Center in Tomah, Wisconsin. The contract has a base period of one year, with four additional option years, running from September 1, 2024, to August 31, 2029. The scope of work involves the collection and removal of solid waste, including trash, recyclables, and special waste, from the medical center. The contractor will be responsible for providing all necessary labor, supervision, equipment, and materials to perform the work. To be eligible for this contract, applicants should possess experience and expertise in waste management operations, preferably in healthcare settings. The VA encourages small businesses to apply, as this opportunity is set aside specifically for them. The funding estimated for this contract is between $100,000 and $250,000 annually, with a total value of up to $1 million if all option years are exercised. The contract will be awarded as a firm-fixed-price agreement. Interested parties should submit their applications before the deadline, with the government encouraging an early submission. Applications should include a detailed proposal outlining the applicant's ability to meet the requirements and any relevant experience. The winning application will be determined based on several criteria, including price, past performance, and technical merit. The VA will evaluate the applicant's capacity to perform the work effectively and efficiently. For any questions or clarifications, interested organizations and businesses should contact the primary contracting officer, Scott Sands, via email at Scott.Sands2@va.gov or by phone at (414) 844-4800. This pre-solicitation notice provides an advance look at the upcoming opportunity, allowing potential applicants to prepare and gather necessary information. The VA looks forward to receiving responses from qualified small businesses.
NISUS QNAP5W Wood Preservative
Active
Dept Of Defense
Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE ARMY is procuring NISUS QNAP5W Wood Preservative. This wood preservative is typically used for protecting wood from decay, rot, and insect damage. The procurement will take place at W390 McAlester Army Ammo Plant in McAlester, Oklahoma, United States. The closing date for the procurement is (Date) at 3:00 pm Central daylight savings time. Contractors must meet the salient characteristics and submit them with the quote to be considered. All contractors must have a current active registration at System for Award Management (SAM). Quotes should be sent on the signed and filled-in solicitation to regina.l.gibson7.civ@army.mil. Any questions or additional information should be emailed to the same address at least 72 hours prior to the solicitation close date/time. No fax submissions are accepted. Any changes to the solicitation will be posted on the website, and it is the contractor's responsibility to check for updates daily.
MSARNG Herbicide Application-Camp Shelby
Active
Dept Of Defense
The Department of Defense (DoD) seeks a small business contractor for herbicide application services at Camp Shelby Joint Forces Training Center in Mississippi. The work, outlined in the Performance Work Statement (PWS), involves providing personnel, equipment, and materials for herbicide spraying, with a projected period of performance from August 12th to October 15th, 2024. This combined synopsis and solicitation, with the reference number W9127Q-24-R-0018, is a Total Small Business Set-Aside and falls under the NAICS code 115310: Support Activities for Forestry. The wage determination is based on Forrest County, MS rates. The evaluation of quotes will be based on three criteria: Technical, Price, and Past Performance, with the lowest-price, technically acceptable quotes being favored. To be considered, quotes must be complete, self-sufficient, and directly respond to the RFQ's requirements, including itemized pricing and a detailed description of the services offered. Interested parties must submit their quotes by email before 4:00 p.m. CDT on August 8th, 2024, to the primary and secondary contact emails provided in the solicitation. SAM registration is mandatory for eligibility, and all questions must be submitted by July 31st, 2024, to be answered via a solicitation amendment. The primary contact for this opportunity is Tina Williams, whose email and phone number are provided in the solicitation.