SOURCES SOUGHT
Q -- MEDICAL WASTE DISPOSAL
- Notice Date
- 2/11/2009
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- FOH0211209
- Archive Date
- 3/12/2009
- Point of Contact
- Janet L Glasz,, Phone: 301-443-2329
- E-Mail Address
-
JANET.GLASZ@PSC.HHS.GOV
- Small Business Set-Aside
- Total Small Business
- Description
- MEDICAL WASTE DISPOSAL INTRODUCTION This SOURCES SOUGHT NOTICE is to determine the availability of potential qualified small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) that can manage Federal Occupation Health Service’ s (FOHS) Occupational Health Centers’ (OHCs) medical waste through a medical waste “mail back” service which is a US Postal service approved method of disposing of regulated medical waste for small generators of medical waste using postage prepaid return shipping box that meets all of the US Postal Services standards (DMM C023.8.7). There are over 300 OHCs and Service Provision Sites (SPSs) located in the continental United States, Alaska, Hawaii, and Puerto Rico. The contractor will be required to provide: •All of the necessary supplies for the collection and return of medical waste via US Postal Service •Medical waste treatment facility or approved disposal site •Shipment costs to OHCs/SPSs and from OHCs/SPSs to the contractor’s approved medical waste disposal site or waste treatment facility •Proof of destruction certification •Method for reordering supplies •Customer service line •Training to all OHCs/SPSs on the proper use of “mail back” program •Services compliant with all Federal, State and Municipal regulations as they apply to the shipment, handling and disposal of medical waste. The information from this market research will help the Federal Occupational Health Service (FOHS) plan their acquisition strategy. Please be sure to indicate if you have a GSA schedule contract. THIS IS STRICTLY MARKET RESEARCH. FOHS WILL NOT ENTERTAIN QUESTIONS REGARDING THIS MARKET RESEARCH. THIS IS NOT A SOLICITATION. This is not a request for quotes (RFQ), request for proposal (RFP), or an announcement of a solicitation and does not assume the government will award a contract or proceed with any of the above solicitations in the near future. The purpose of this notice is only: (1) to encourage and seek small business participation; and (2) to identify capable small businesses. BACKGROUND The required services will be provided in support of the Federal Occupational Health Service (FOH), which is the primary provider of occupational safety and environmental health services to Federal agencies throughout the United States. FOH, a division of the Program Support Center and a component of the US Public Health Service under the Department of Health and Human Services, works in partnership with Federal organizations throughout the United States and its territories to design and deliver comprehensive solutions to meet occupational health needs of Government employees. Firms are required to have professional and technical expertise in the handling, transport and disposal of medical waste. RESPONSE INFORMATION HUB ZONE SMALL BUSINESSES, 8(A) FIRMS, AND SMALL BUSINESS FIRMS ARE STRONGLY ENCOURAGED TO SUBMIT CAPABILITY STATEMENTS. THE CAPABILITLY STATEMENT MUST CLEARLY DEMONSTRATE THE FIRM’S CAPABILITY AND EXPERIENCE IN PROVIDING ORGANIZATIONAL DEVELOPMENT AND MANAGEMENT CONSULTING SERVICES. In order to respond to this notice, interested firms should address the depth and breadth of in-house professional, technical capabilities and experience. 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 FOR FOHS TO PERFORM A PROPER EVALUATION OF THE COMPANY’S CAPABILITY. THE STATEMENT SHOULD ALSO INCLUDE AN INDICATION OF CERTIFIED SMALL BUSINESS STATUS; THIS INDICATION SHOULD BE CLEARLY MARKED ON THE FIRST PAGE OF THE CAPABILIITY STATEMENT. Each response must include the following Business Information: a. DUNS. b. Company Name. c. Company Address. d. Current GSA Schedules as appropriate e. Do you have a Government approved accounting system? If so, please identify the agency that approved the Accounting system. f. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All offerors must register on the CCR located at http://www.ccr.gov/index.asp g. Indicate small business certification h. Company Point of Contact, Phone and Email address CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in the order listed. Suggested format: •Table of Content •Cover letter including required Business information •Information about what the company does and how they do it (Products/Services and Business model) •Corporate structure and key personnel •Outline of previous similar projects including client names Teaming Arrangements: All teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. Teaming arrangements are encouraged. Responses must be submitted not later than February 25th COB. 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 including cover letter. GENERAL INFORMATION This Sources Sought Notice is for information and planning purposes only and should not be construed as a commitment by the Government. •This is not a solicitation announcement for proposals and no contract will be awarded from this Notice. •No reimbursement will be made for any costs associated with providing information in response to this Notice. •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. Interested parties having the capabilities necessary to perform the stated requirements may submit Capability Statements via email to Janet Glasz, Contract Specialist, janet.glasz@psc.hhs.gov Only electronic submission of Capability Statements will be accepted. As previously stated, the Government will not entertain technical questions regarding this Market Research; however, general questions concerning Sources Sought elements may be forwarded to the following: Contract Specialist:Janet Glasz Email Address:janet.glasz@psc.hhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5684cb7b9455c336cbaee31565056e28&tab=core&_cview=1)
- Place of Performance
- Address: CONTINENTAL UNITED STATES AND ALASKA, HAWAII, PUERTO RICO, United States
- Record
- SN01748572-W 20090213/090211220039-5684cb7b9455c336cbaee31565056e28 (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 |