Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SOURCES SOUGHT

S -- Collection and Disposal of Medical Waste

Notice Date
3/12/2026 8:42:26 AM
 
Notice Type
Sources Sought
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD26QA047
 
Response Due
3/18/2026 9:00:00 AM
 
Archive Date
03/19/2026
 
Point of Contact
Soung H. Gibbons
 
E-Mail Address
soung.h.gibbons.civ@army.mil
(soung.h.gibbons.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS IS NOT A SOLICITATION. The Department of Chemical and Biological Science and Engineering at the United States Military Academy (USMA), West Point, NY, hereafter referred to as �D/CBSE�, is seeking a full-service contract to provide collection and disposal of medical waste. The USMA D/CBSE requires a reliable service provider capable of meeting the following requirements: Collection of medical waste generated from numerous dissections conducted in various biological classes and research activities. Disposal of collected waste in full compliance with applicable federal and state regulations. Provide all necessary resources, including personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services required to perform the collection and disposal of medical waste. The Government anticipates a solicitation completed on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to these sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 562112 � Hazardous Waste Collection with a size standard of $47 Million. In response to this Sources Sought Notice, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Identify if you�re a Federal Supply Schedule (FSS) Contractor. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (including size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. If you believe that this action is unreasonably restricting competition, include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services Sources Sought Notice. 8. Please send all responses by Wednesday, 18 March 2026 at 12:00 PM EST to Soung Gibbons, at soung.h.gibbons.civ@army.mil, and be sure to include the Sources Sought Notice ID (W911SD26QA047) in your email subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9f09ff2f462e4c6195e19132b0814005/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN07744065-F 20260314/260312230052 (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!  © 1994-2026, Loren Data Corp.