MODIFICATION
F -- Hazardous and Non-Hazardous Pharmaceutical Waste Collection, Removal and Disposal Services - Solicitation 1
- Notice Date
- 2/12/2018
- Notice Type
- Modification/Amendment
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
- ZIP Code
- 20536
- Solicitation Number
- 192118IHSCPWS102
- Point of Contact
- Andrea Shaver, Phone: 2027322864, Brittany Tobias, Phone: 2027322408
- E-Mail Address
-
andrea.shaver@ice.dhs.gov, brittany.tobias@ice.dhs.gov
(andrea.shaver@ice.dhs.gov, brittany.tobias@ice.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT TWO (2) Questions and Answers: Q: Is there a list of items and quantities at each facility to be destroyed? A: The Government has a variety of hazardous and non-hazardous pharmaceutical waste (i.e. RCRA Hazardous (D,U,P Listed), Non-Hazardous, Controlled Substances, etc.); as such, the Offeror should quote to handle all types of hazardous and non-hazardous waste from all categories. The Government has provided an approximate amount of waste per facility (see SOW Attachment B). The Contractor should refer to those locations and approximate weights when developing their quote (these numbers are an estimate only, actual amounts may vary). Q: Disposal costs will vary between different types of pharma, and also with amounts to be shipped. Can you provide additional information? A: The Government does not currently have information regarding the breakdown of types of pharma or amounts. Please see answer to question above for the information available. Q: Transportation costs will vary geographically, due to the distance between the location of the pharma and the location of the disposal facility. How should this be handled? A: Per the SOW, “The Contractor shall collect, transport, and dispose of hazardous and non-hazardous waste for all IHSC medical facilities listed in Attachment A.” The Government has provided the locations of the pharmacies. The Contractor is responsible for including their variation in their overall firm fixed price. Q: Would you be willing to consider adding CLINS to account for the variations in type of pharma, locations, and amounts as discussed in the previous questions? If so, would you be willing to extend the due date? A: At this time the Government is not considering a change to the CLIN structure, and thus is also not considering extending the due date. If a contractor wishes to provide additional information about a preferred CLIN structure, they may do so. HOWEVER, this will not be accepted as a response/quote to this combined synopsis/solicitation, and will only be used for market research purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192118IHSCPWS102/listing.html)
- Place of Performance
- Address: Multiple locations as listed in the SOW Attachment A., To access the SOW: open the Solicitation PDF, click the paperclip to view file attachments, double-click the SOW., United States
- Record
- SN04819398-W 20180214/180212231021-5020ddd9fc21ba07bf4ef2d107b16c9b (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 |