SOURCES SOUGHT
S -- Sources Sought for Hazardous Waste Removal and Disposal in Atlanta, GA, San Juan, PR, and Port Ever Glades, FL
- Notice Date
- 1/7/2014
- Notice Type
- Sources Sought
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SS-1128340
- Archive Date
- 1/7/2015
- Point of Contact
- Tomeka Evans, Phone: 3018277168
- E-Mail Address
-
Tomeka.Evans@fda.hhs.gov
(Tomeka.Evans@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this sources sought notice is to gain industry input and knowledge of potential qualified sources and their business types (i.e. 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, women-owned, small business, or large business) and classification relative to NAICS code 562211(size standard $35.5m) for hazardous waste treatment and disposal. Responses to this notice are for informational purposes only and are not considered offers. The Government will not pay for the information submitted in response nor will they notify respondents of the results of any government assessments. The information received will be utilized to assist in formulating an acquisition strategy. The Food and Drug Administration (FDA) is seeking sources to provide all necessary labor, permits, disposal arrangements, hauling, and equipment to properly remove and dispose of hazardous waste at FDA facilities located in Atlanta, GA, San Juan, PR, and Port Ever Glades, FL. The scope of work is for the proper collection, packaging, transportation, storage, and shipment of hazardous waste (solids, liquids, and, or gases) to an EPA registered and approved Treatment, Storage, and Disposal Facility (TSDF) or licensed facility or official DEA permitted incineration facility for disposal. Waste may include, but is not limited to, drug waste, chemical waste, radioactive waste, and Drug Enforcement Agency (DEA) registrant and confiscated drugs. DEA registered drugs must be disposed of at a registered, permitted and recommended drug disposal facility by the DEA. All radioactive waste must be disposed of at a waste disposal facility licensed by either NRC or an Agreement State. The radioactive material license and DEA registration and permit must be in current status. All waste removal, transport, and destruction must be in accordance with all applicable Federal, state, and local laws, rules, guidelines, and requirements to include those of the Occupational Safety and Health Administration (OSHA), Nuclear Regulatory Commission (NRC), Environmental Protection Agency (EPA), Department of Transportation (DOT), and the Drug Enforcement Administration (DEA) to ensure safe working conditions are met and the safe transport & disposal of the FDA hazardous waste. An on-site chemist shall be provided, when necessary, for both bulk waste disposal and chemical lab-packs for specific waste streams. The contractor shall be able to process bulk mixed liquid wastes and radioactive reference standards. The Contractor shall clean leaks and spills. The contractor shall recycle compatible wastes and incorporate green technologies, whenever possible, as part of our mandated green initiatives. Sources must sufficiently demonstrate the capability to perform these services and must provide detailed experience and qualifications in all previous work pertinent to this effort. The Government is interested in a Contractor that is able to perform work at all three sites; however, Contractors at individual sites will also be considered. Responses to this Sources Sought Notice are due to the Contract Specialist no later 12:00 pm (noon) ET on January 14, 2014. In your response you must include (a) your small business status (b) a positive statement of your intention to submit a quote for this solicitation as a prime contractor for an individual site or all sites; (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (e) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. All of the above must be submitted in sufficient detail for a decision to be made. Failure to submit all information requested may result in an unrestricted acquisition. All correspondence shall be directed to the Contract Specialist. Email is the preferred method of communication. CONTACT INFORMATION Please submit response to Contract Specialist Tomeka Evans at Tomeka.Evans@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1128340/listing.html)
- Place of Performance
- Address: The place of performance will vary between: Atlanta, GA, San Juan, PR, and Port Ever Glades, FL, United States
- Record
- SN03262198-W 20140109/140107234853-e381cc75273f51c3de2e5b7bc44e36ff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |