Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2014 FBO #4493
SOURCES SOUGHT

Q -- Medical Waste Disposal - Medical Waste Sources Sought Document

Notice Date
3/12/2014
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
PSC127710
 
Archive Date
4/12/2014
 
Point of Contact
Michael T. Fischer, Phone: 3014430728
 
E-Mail Address
Michael.Fischer@psc.hhs.gov
(Michael.Fischer@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Medical Waste Sources Sought Document Sources Sought Notice: Medical Waste Disposal INTRODUCTION The Program Support Center (PSC) at the Department of Health and Human Services (HHS) wants to identify viable businesses that can provide medical waste disposal services via a mail back program to support PSC/HHS/Federal Occupational Health Service (FOH). This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. PURPOSE The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are 8(a) small businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method; including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. BACKGROUND Federal Occupational Health (FOH) mission is to improve the health and safety of the government workforce by designing and providing innovative, customized, cost-effective occupational health, environmental and work/life solutions that exceed customer expectations. In keeping with this mission, the Health Services Division performs a full range of occupational health services for other federal agencies and their employees throughout the nation. These occupational health services are provided at a variety of Service Provision Sites (SPS's), including approximately 300 fixed Occupational Health Centers (OHC's). In addition, FOH also utilizes several thousand other fixed, mobile, remote and/or private providers (health care providers in private practice who enter into agreements to provide services for FOH locations throughout the United States and its territories. RESPONSE INFORMATION In order to respond to this notice, interested firms should address the depth and breadth of corporate and technical capabilities, and must be able to clearly convey its experience and/or ability to perform in the following areas, which are identified as core services. FOH is searching for a contractor who has the capabilities to manage FOH's medical waste through a medical waste "mail back" program. The contractor will be required to provide all of the necessary supplies for the collection and the return of medical waste, a medical waste treatment facility, shipment of supplies to FOH's SPS and shipment of medical waste from FOH's SPS to the contractor's medical waste treatment facility for destruction, certification of proof of destruction, method for reordering of supplies, customer service line and training to all SPS on the proper use of the contractor's "mail back" program. The contractor must state if what supplies and services they are providing and what supplies and services are obtained from other sources. Additionally, FOH periodically will open or close a SPS and the contractor must develop a method with which they can create or deactivate accounts in an efficient and effective manner. LOCATIONS FOH has SPS located throughout the continental United States, to include Alaska, Hawaii and Puerto Rico. The contractor must be able to provide a mail back program to all of the SPS and do so in a manner that is compliant with all federal, state and municipal regulations as they apply to the shipment, handling and disposal of medical waste. These regulating agencies include, but are not limited to Occupational Health and Safety Administration (OSHA), the Department of Transportation (DOT) and the United States Postal Service (USPS). DISCLAIMER AND IMPORTANT NOTES This notice is for PSC's planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). INSTRUCTIONS TO INDUSTRY Interested sources possessing the capabilities to meet the above requirements should submit a cover letter along with a capability statement not to exceed ten (10) pages demonstrating ability to perform, and should include an outline of previous or similar projects so that the government can perform a proper evaluation of the company's capability. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Interested respondents shall provide a capability statement to include the following: 1) Information regarding the difficulty and/or feasibility of the potential requirement or proposed acquisition 2) Information regarding core competencies: (a) Staff expertise, experience, and formal and other training; (b) Current corporate capability and capacity to perform the work; (c) Prior completed projects of similar nature; (d) Corporate experience and management capability; (e) Examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM ). All respondents must register on the SAM located at https://www.sam.gov/portal/public/SAM/ Responses must be submitted not later than 4:30PM EST on March 28, 2014. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages. Capability statements should be emailed electronically to Michael Fischer at Michael.Fischer@psc.hhs.gov As previously stated, the Government will not entertain questions regarding this Market Research
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/PSC127710/listing.html)
 
Place of Performance
Address: Multiple Locations, United States
 
Record
SN03308261-W 20140314/140312234407-2dbb486f97c24667e61f7154e0aa7df6 (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 |
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.