SPECIAL NOTICE
99 -- Regulated Medical Waste (RMW) Removal Services
- Notice Date
- 2/12/2026 11:25:11 AM
- Notice Type
- Special Notice
- Contracting Office
- DEFENSE HEALTH AGENCY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- HT9427-26-RFI-0001
- Response Due
- 3/2/2026 7:00:00 AM
- Archive Date
- 03/17/2026
- Point of Contact
- Jeanette Wolfe
- E-Mail Address
-
jeanette.m.wolfe.civ@health.mil
(jeanette.m.wolfe.civ@health.mil)
- Description
- Requirement: This future acquisition is to provide all required resources to perform Regulated Medical Waste removal services. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR A REQUEST FOR QUOTATIONS (RFQ); IT IS STRICTLY A REQUEST FOR INFORMATION (RFI). NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS RFI. NO CONTRACT WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. 1.0 DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. 2.0 SUBJECT: The Defense Health Agency (DHA) is conducting market research via this RFI to assess the availability of vendors to provide Regulated Waste Removal services. 3.0 BACKGROUND: The intent of this requirement is to support the continued implementation of the Military Health System (MHS) organizational reform required by 10 U.S.C. � 1073c, and sections 711 and 712 of the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019, effective 25 October 2019, which eliminated separate silos of military healthcare and officially integrated healthcare under the authority, direction, and control (ADC) of the DHA, consistent with the direction provided by the Secretary of Defense. The Medical Logistics Division supports the DHA�s transitioning the ADC of the military medical treatment facilities (MTFs) from the Military Departments medical departments to the DHA. The DHA is responsible for providing RMW disposal services for MTFs, as defined in this Performance Work Statement (PWS), the U.S. Military Entrance Processing Command�s (USMEPCOM�s), Military Entrance Processing Stations (MEPS), and the Armed Forces Medical Examiner System (AFMES). 4.0 RESPOSE INSTURCTIONS: Submitted responses/Capability statements shall be no more than ten (10) pages and content shall be no smaller than Times New Roman font 12 pitch. Exhibits, graphics, charts, captions, etc., shall be no smaller than 10 pitch. It is highly discouraged for a vendor to respond to this RFI with generic material only (e.g., brochures of advertisements). Respondents shall address the following in their submission: Organization�s full legal name and address. If multiple office locations exist, provide them. Organization�s Unique Entity ID (UEI) and Commercial and Government Entity (CAGE) code. Organization�s point of contact name, phone number, and email address. Organization�s current small/large business status, small business designation as certified by the Small Business Administration and applicable certification. A thorough description of experience/past performance in providing/managing similar support requirements of the nature and magnitude as described in the Performance Work Statement (PWS) and applicable attachments. Does the organization/respondent meet the requirements of the draft PWS? If yes, provide details to support. What specific technical skills does your company possess which ensure capability to perform the PWS tasks? Can or has your company managed a team of subcontractors before? If so, provide details. Please note that under a small business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasks described in this PWS for the base period as well as the option periods. Does your company invoice for this service in pounds or boxes? Does the PWS provide sufficient detail to define the requirement? If not, what concerns or questions do you have as it pertains to the requirement or perceived barrier(s) that would prevent responding to an intended Request for Proposal? Does your company have the capability to continue mission-essential contract support and performance when locations cannot provide service reimbursement until funds become available? Ex: During government shutdown, end of fiscal year processing, etc. Can you provide examples of your company�s ability to manage RMW removal for multiple locations from different size and trauma level healthcare facilities and how often do you perform the pickup? Ex: clinic, hospital, medical center, nursing homes, laboratories, etc. Does your company have the capability to provide contract support and performance as specified in the PWS to each and/or any of the three specified regions (Western, Central, Eastern)? Do you have recommended changes or updates to the PWS to align with industry�s best practices? 5.0 RESPONSE INSTRUCTIONS: Submit RFI response via email in a �pdf� file with subject line �RFI-RWMS.� Any and all responses related to this RFI shall be directed to Jeanette Wolfe at jeanette.m.wolfe.civ@health.mil. All information regarding responses to Section 4.0 or any other proprietary information relative to this RFI shall be submitted via email to jeanette.m.wolfe.civ@health.mil NO LATER THAN 10:00 AM (Eastern Time) on 03 MARCH 2026. 6.0 ATTACHMENTS to RFI: ATTACHMENT 1 � Performance Work Statement (PWS) EXHIBIT A �Performance Requirements Summary EXHIBIT B � Contractor Required Deliverables EXHIBIT C � Example Utilization Report EXHIBIT D � Western Region Pick Up RMW Sites Weights and Frequencies EXHIBIT E � Central Region Pick Up RMW Sites Weights and Frequencies EXHIBIT F � East Region Pick Up RMW Sites Weights and Frequencies EXHIBIT G � USMEPCOM Western Region Pick Up RMW Sites Weights and Frequencies EXHIBIT H � USMEPCOM Central Region Pick Up RMW Sites Weights and Frequencies EXHIBIT I � USMEPCOM Eastern Region Pick Up RMW Sites Weights and Frequencies
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1f3c07846838424a8f6f48a515daf351/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07714105-F 20260214/260212230040 (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 |