SOURCES SOUGHT
S -- Regulated Medical Waste - Daniels Indy - Sources Sought Notice
- Notice Date
- 6/6/2023 1:25:08 PM
- Notice Type
- Sources Sought
- NAICS
- 562112
— Hazardous Waste Collection
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q0444
- Response Due
- 6/23/2023 11:00:00 AM
- Archive Date
- 07/23/2023
- Point of Contact
- Andrea J. McKinney, Contract Specialist, Phone: 734-222-4362
- E-Mail Address
-
Andrea.McKinney@va.gov
(Andrea.McKinney@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation or guarantee to issue a solicitation in the future. This Sources Sought Notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this Sources Sought Notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. The North American Industry Classification System (NAICS) Code is 562112 Hazardous Waste Collection Size Standard $47.0 Million Product Service Code is S222 Housekeeping: Waste Treatment/Storage Purpose and Objectives This Sources Sought Notice is issued by VISN 10, Network Contracting Office (NCO) 10 located in Ann Arbor, MI for the purpose of collecting information about Regulated Waste Services for Veterans Health Indiana (VHI) catchment area. The VA is seeking a contractor to provide for this requirement annually for approximately five years through either a base and four options or a five-year ordering period, to be determined by the Government. A draft copy of the SOW is attached. This is rough draft and only contains known information at this time. Questions regarding the SOW will not be addressed in this notice. Places of Performance: Multiple sites not fully determined Potential sites are listed below Richard L Roudebush VA Medical Center 1481 West 10th Street Indianapolis, IN 46202-2803 Brownsburg VA Clinic 557 Pitt Rd Brownsburg, IN 46112 Coumadin Clinic 2669 Cold Springs Road Indianapolis, IN 46222 Building 7 2669 Cold Springs Road Indianapolis, IN 46222 Richard L Roudebush VA Domiciliary 9045 East 59th Street Indianapolis, IN 46216 Lafayette VA Clinic 940 Park E Blvd Lafayette, IN 47905 Martinsville Community Based Outpatient Mental Health Clinic 2200 John R Wooden Drive Martinsville, IN 46151 Wakeman Community Based Outpatient Clinic Camp Atterbury, Building 1010 3791 10th Street Edinburgh, IN 46124 Bloomington Community Based Outpatient Clinic 1332 West Arch Haven Avenue Suite A Bloomington, IN 47403 Terre Haute VA Clinic 5080 Bill Farr Drive Terre Haute, IN 47803 Responses: Please submit your response in accordance with the following instructions: Responses are due by 6/23/2023 at 2:00 PM ET. Responses shall be submitted via email. Email Responses Only will be accepted. No Phone calls. Subject line of the Email shall include this Sources Sought Response - 36C25023Q0444 Firm Name VHI Regulated Waste Services. If your response contains proprietary information you will place Proprietary Information in front of the Sources Sought Notice Number. No marketing materials are allowed as part of this Sources Sought Notice. Commercial pricing shall be included with detailed information on how services billed. Contractor shall include a sample invoice For Contractors who do not have GSA/FSS/SAC contracts shall notate that all services are open market. Contractors who have GSA/FSS/SAC Contracts that carries the desired services shall also provide in addition to their commercial pricing and sample invoice the following: Provide your GSA/FSS/SAC Contract Number Current Expiration Date Ultimate Expiration Date Provide the SINs applicable to your GSA/FSS/SAC contract for these services If any of the services are not covered in your GSA/FSS/SAC contract state what is not covered. Provide any additional fees that may be typically included in these services. Contractor Point of Contact to include: Name Title Phone Email Company Information to include: Name Address SAM ID Tax ID Number Business Size Names of any sub-contractors and business size for NAICS code Provide information as to what labor positions would be required for these services. Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer and have the selected NAICS code listed in the Reps & Certs section in SAM. SAM is located at SAM.gov | Home and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be verified in the SBA Veteran Small Business Certification (VetCert) at Veteran Small Business Certification (sba.gov). Please include a copy of your VetCert verification with your response. FOR ED/WOSB: Please note that as of 10/15/2020 firms can no longer self-certify. You will need to provide a copy of your confirmation from the Small Business Administration s certification. Contractor shall include a minimum of 3 past and maximum of 5 contracts for regulated waste services similar size of locations. Contractor shall include at minimum: Name of Company Company POC Company POC phone Company POC email Dollar amount of contract Contract number Period of Performance Description of services performed Did you use sub-contractors Contractor shall include any relevant comments about the attachments, if applicable. Contractor shall provide if they plan to sub-contract all or part of the work, to what firm, and that firms SAM ID for those firms. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government. Any response to this notice is for informational purposes.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6f82b4d516d346849d95b62cbf1408ab/view)
- Place of Performance
- Address: Department of Veterans Affairs Richard L. Roudebush VA Medical Center 1481 W. 10th Street, Indianapolis 46202
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN06706406-F 20230608/230606230123 (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 |