BPA for regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jul 17, 2024 07:41 am CDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 06, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Claremore , OK 74017USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ)# 246-24-Q-0159. Submit only written quotes for. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. This solicitation is a 100% BUY INDIAN SET-ASIDE. The associated NAICS code is 562112.
This RFQ contains Ten (10) Line Item:
CLIN
DESCRIPTION
QTY
UNIT
Unit Price
TOTAL
0001
08/01/2024 – 07/31/2025 – BASE YEAR – The contractor shall provide regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services in accordance with the attached statement of work.
EA
$1.00
0002
Shipping
1
ea
0003
08/01/2025– 07/31/2026 – OPTION PERIOD ONE – The contractor shall provide regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services in accordance with the attached statement of work.
EA
$1.00
0004
Shipping
1
EA
0005
08/01/2026 – 07/31/2027 – OPTION PERIOD TWO – The contractor shall provide regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services in accordance with the attached statement of work.
EA
$1.00
0006
Shipping
1
EA
0007
08/01/2027 – 07/31/2028 – OPTION PERIOD THREE – The contractor shall provide regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services in accordance with the attached statement of work.
EA
$1.00
0008
Shipping
1
EA
0009
08/01/2028 – 07/31/2029 – OPTION PERIOD FOUR – The contractor shall provide regulated medical waste, hazardous pharmaceutical waste, medication, universal and UPS 800 waste disposal services in accordance with the attached statement of work.
EA
$1.00
0010
Shipping
1
EA
PERIOD OF PERFORMANCE: 08/01/2024 – 07/31/2025 BASE YEAR
08/01/2025 – 07/31/2026 OPTION YEAR ONE
08/01/2026 – 07/31/2027 OPTION YEAR TWO
08/01/2027 – 07/31/2028 OPTION YEAR THREE
08/01/2028 – 07/31/2029 OPTION YEAR FOUR
Vendor Requirements: SEE ATTACHED Statement of Work (SOW)
Submit Quotes no later than: 07/18/2024 @ 1:00 PM CST to the Following Point of Contact: Misti Bussell, Purchasing Agent via Email: misti.bussell@ihs.gov
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable
- Offers shall be a pharmacy wasate disposal contractor.
-Vendors shall pick up waste according to the SOW.
-Must provide training according to the SOW.
-VENDOR must be able to do all waste; REGULATED MEDICAL WASTE, HAZARDOUS, PHARMACEUTICAL, MEDICATION, UNIVERSAL AND UPS-800 WASTE DISPOSAL SERVICES.
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED – INCLUDES SERVICE CONTRACT.
This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)
All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.
Contact Information
Primary Point of Contact
- Misti Bussell
- misti.bussell@ihs.gov
- Phone Number 9183426235