Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOURCES SOUGHT

S -- SOURCES SOUGHT - WEWOKA IHS PHARMACY HAZARDOUS DRUG DISPOSAL

Notice Date
6/21/2024 11:57:34 AM
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0148
 
Response Due
6/28/2024 12:00:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Mary Ann Yocham, Phone: 4059516043, Fax: 4059513771
 
E-Mail Address
MaryAnn.Yocham@ihs.gov
(MaryAnn.Yocham@ihs.gov)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise Representation Form (attached). Instructions for submission are outlined below. Indian Small Business Economic Enterprises (ISBEEs) and other small business 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 provide Pharmacy Hazardous Drug Disposal Services. The Government requests interested parties submit a written response to this notice, which includes: a. Company Name. b. Company Socioeconomic Status. c. Company System for Award Management (SAM) Unique Entity Identifier (UEI) number. d. Company point of contact, mailing address, and telephone number(s), and website address e. 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. f. DUNS Number: g. Cage Code: h. Tax ID i. Date submitted. j. Applicable company GSA Schedule number or other available procurement vehicle. k. Company�s System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/. l. Submit Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form (attached) Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a government GPE. 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). How to respond: Please include the notice IHS 246-24-Q-0148 Wewoka IHS Pharmacy Hazardous Drug Disposal Services in the subject line. Responses must be submitted via email to the Contract Specialist, Mary Ann Yocham at maryann.yocham@ihs.gov no later than 2:00 PM CST on June 28, 2024. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for this submission is five (5) pages. 1 Department of Health and Human Services Indian Health Service Wewoka Indian Health Center 36640 Hwy 270 Wewoka, OK 74884 Statement of Work (SOW) Pharmacy Hazardous Drug Disposal 1. PURPOSE OF THE PROJECT The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for Wewoka Indian Health Center to provide hazardous drug disposal. 2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide labor, transportation, and equipment/supplies needed to dispose of hazardous drug waste created by the Wewoka Indian Health Center. 3. PERIOD OF PERFORMANCE The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option years. 4. LEVEL OF EFFORT 4.1. The contractor shall provide (6) six RCRA 15-gallon containers every year and pick up for disposal when Wewoka Indian Health Center calls in for a pickup. 4.2. The contractor shall provide (2) two Aerosol 2-gallon containers every year, and pick up for disposal when Wewoka Indian Health Center calls in for a pickup. 4.3. The contractor shall provide a report of destruction to the Contracting Officer Representative for every container that is destroyed with-in 72 hours of destruction of hazardous drugs. 4.4. The contractor shall provide pick up containers within 7 business days of request confirmation with the contractor�s Point of Contact (POC). 4.5. Training: NA 5. SPECIAL REQUIREMENTS 5.1. - In accordance with HHSAR 304.1303, To ensure compliance with Homeland Security Presidential Directive-12: Policy for a Common Identification Standard for Federal Employees and Contractors (HSPD- 12) It is the IHS policy that all staff and contractors who require physical access to federally controlled facilities and logical access to the IHS Information Technology (IT) networks and systems must obtain an HSPD-12-compliant access card. Individuals will be issued an access card upon meeting the HSPD-12 requirements and a favorable background investigation. 2 Department of Health and Human Services Indian Health Service Wewoka Indian Health Center 36640 Hwy 270 Wewoka, OK 74884 5.2. The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. 5.3. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Wewoka Indian Health Center official, presenting valid identification, smoking restriction and any safety procedures. 5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal actions. 5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. 6. DELIVERABLES AND REPORTING REQUIREMENTS 6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID. 6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. 6.3. Contractor�s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday. 6.4. Personnel Qualifications: The Contractor must have the ability to dispose of hazardous drug waste. The Contractor shall be an established company that has more than 3 years of service with the handling and disposing of hazardous drug waster. 3 7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES 7.1. NA 8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES 8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: labor, transportation, and equipment/supplies needed to pick up and dispose hazardous drug waste. 9. CHANGES TO THE STATEMENT OF WORK (SOW) 9.1 Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc73e587be804d85b8f837fd0067b50d/view)
 
Place of Performance
Address: Wewoka, OK 74884, USA
Zip Code: 74884
Country: USA
 
Record
SN07104629-F 20240623/240621230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.