Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOURCES SOUGHT

F -- SHARPS AND PHARMACEUTICAL WASTE DISPOSAL

Notice Date
3/9/2005
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
Reference-Number-5YRSHARPSWASTE
 
Response Due
3/23/2005
 
Archive Date
4/7/2005
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS Code 562211 (Size Standard of $10,500,00.00) or NAICS Code 562112 (Size Standard of $10,500,00.00). Project Information: Contractor shall provide, except as specified in the Performance Work Statement (PWS) as government furnished, all personnel, equipment, materials, transportation and other items and services necessary to provide containers to remove sharps containers that hold used syringes, needles, scalpels and other sharp instruments, and remove and transport pharmaceuticals designated for disposal to a disposal company. The contractor shall conform to the standards and follow all applicable instructions and directives as identified by the PWS and with the Joint Commission Accreditation Healthcare Organization (JCAHO), and all Federal, State, and local laws applicable to the performance of work. Response to this sources sought synopsis will be used by the government to make appropriate acquisition decisions. A draft copy of the Performance Work Statement (PWS) is attached for industry comments. Comments must be provided on date shown below. Request that comments, suggestions, questions and proposed revision to the Draft PWS are limited to four (4) pages. The draft PWS is provided for industry to suggest ways of improving the PWS. Some suggestions for improvements include methods or approaches to reduce contract costs; suggestions to improve performance requirements or other contractual requirements; identify requirements that represent significant technical or scheduling risks and/or tradeoffs. The intended contract shall provide the Government the option to extend the contract in one-year increments for a base and four option years. Responses to this notice should include company name, address, telephone number, point of contact, Cage Code, Tax Identification Number, size of business pursuant to North American Industrial Classification System (NAICS), comments on which code NAICS is more appropriate and respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified ?hub zone? firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm certified Service-Disabled Veteran-Owned? (7) What are the standard industry terms and conditions, payment provision, and acceptance provisions? (8) What are the industry surveillance methods? (9) What are the cost drivers? (10) Bid schedule recommendation. (11) Which services can be provided for locally? Which can be provided offsite? (12) What are the industry factors used to evaluate service providers? (13) What kind of performance incentives are used? (14) Who owns and provides needed equipment and supplies? (15) What are the qualifications of persons providing the service? (16) What quality control standards are used in the industry? (17) Would a performance plan be appropriate for this requirement? (18) How are service segmented or packages commercially? (19) Would one-on-one discussions with potential offerors be a benefit to the government? After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the CBD. Responses to this sources sought synopsis are not adequate response to the solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. This is not a request for proposal and in no way obligates the Government to award any contract. Responses to this sources sought notice shall be mailed to 60 CONS/LGCB, Kateri Warner, 350 Hangar Ave., Bldg 549, Travis AFB, CA 94535-2632 or email to kateri.warner@travis.af.mil. Telephone responses will not be accepted. Responses must be received no later than 4:00 p.m. on 23 Mar 2005. Firms responding to this announcement that fail to provide all of the required information may not be used to help the Government make the acquisition decisions, which is the intent of this synopsis. This notice is to help Travis AFB in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Place of Performance
Address: Travis Air Force Base
Zip Code: 94535
Country: USA
 
Record
SN00765572-W 20050311/050309212102 (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.