Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 22, 2025 SAM #8670
SOURCES SOUGHT

S -- Regulated Medical Waste Service

Notice Date
8/20/2025 10:57:18 AM
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
 
ZIP Code
78234-5074
 
Solicitation Number
W81K0425RA037
 
Response Due
9/5/2025 12:00:00 PM
 
Archive Date
09/20/2025
 
Point of Contact
Monica Perkins, Phone: 2102954622, Delbert Spriggs, Phone: 2102954538
 
E-Mail Address
monica.perkins3.civ@health.mil, delbert.d.spriggs2.civ@health.mil
(monica.perkins3.civ@health.mil, delbert.d.spriggs2.civ@health.mil)
 
Description
The United States Army Health Care Activity, Health Readiness Contracting Office (HRCO) is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the Regulated Medical Waste (RMW) requirement to support military medical treatment facilities (MTF�s) from the Military Departments medical departments to the DHA. The DHA is responsible for providing RMW disposal services for MTFs, as defined in this PWS, the U.S. Military Entrance Processing Command�s (USMEPCOM�s), Military Entrance Processing Stations (MEPS), and the Armed Forces Medical Examiner System (AFMES). MTFs are the collective term that refers to the integrated medical, dental, veterinary, research, and other healthcare services facility at a specified installation. Services will be provided throughout all fifty (50) United States, Guam, and Puerto Rico. BASED ON THE RESPONSES, THE GOVERNMENT WILL DETERMINE WHETHER THIS REQUIREMENT WILL BE SET ASIDE FOR SMALL BUSINESS, DEPENDING ON BUSINESS SIZE STATUS. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES. ANY INFORMATION SUBMITTED IS STRICTLY VOLUNTARY AND WILL NOT BE RETURNED. NOT RESPONDING DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ, IFB, OR RFP. IF A SOLICITATION IS RELEASED, IT WILL BE POSTED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR FURTHER INFORMATION PERTAINING TO THIS REQUIREMENT.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 562211 Hazardous Treatment and Disposal with a Small Business Size Standard of $47M. The Product Service Code is S222 You are encouraged to respond; however, each respondent must be registered in sam.gov in their capabilities statement. The United States Army Health Care Activity, Health Readiness Contracting Office (HRCO) is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in providing services necessary to perform services of the nature and scope described in this DRAFT Performance Work Statement (PWS) and the locations (Exhibits D through I) on where the services are to be performed. Interested parties shall complete and submit the Capability Statement, attached Market Research Questionnaire and Experience Reporting Form to the government. Interested parties can also use the questions templates for any questions you have on the draft Performance Work Statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS 1) Attached Market Research Questionnaire 2) Attached Experience Reporting Form 3) Capabilities Statement: This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) 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 tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, EIN, Cage Code, etc. 7.) Include in your response your ability to meet the requirements for RMW requirements. 8.) Is this service performed in pounds, boxes, ??? based on industry standards? The estimated period of performance consists of 5 Ordering Periods with performance commencing on 31 July 2026. Upon evaluation of the capability statements, the government anticipates this requirement may be awarded as a firm fixed price contract. RESPONSE: Please state the regions that you are interested in to submit a capabilities statement to include their teaming partner/subcontractor of no more than fifteen (15) pages in length in Ariel font of not less than 10 font. These locations are listed under the specific Exhibits and the table below is only showing a minimum and maximum quantity of the 1st ordering period. Task orders will be issued against the CLINs per ordering period(s). CLIN Description MIN Qty MAX Qty Unit 0001 RMW Services Western Region Exhibit D 128,444.40 1,412,888.40 lbs 0002 RMW Services Central Region Exhibit E 179,407.20 1,973,479.20 lbs 0003 RMW Services Eastern Region Exhibit F 325,203.60 3,577,239.60 lbs 0004 RMW Services USMEPCOM Western Region Exhibit G 24.00 252.00 lbs 0005 RMW Services USMEPCOM Central Region Exhibit H 36.00 378.00 lbs 0006 RMW Services USMEPCOM Eastern Region Exhibit I 56.40 592.20 lbs The capability statement will specifically address Section 5 requirements of the PWS. All responses to this Sources Sought, including any capabilities statement, shall be submitted electronically via emailed in either Microsoft Word or Portable Document Format (PDF), to Monica Perkins, Contract Specialist, monica.perkins3.civ@health.mil, and copy Delbert Spriggs, Contracting Officer, Email: delbert.d.spriggs2.civ@health.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Attachments 1) Draft Performance Work Statement (PWS) and corresponding Exhibits D through I 2) Market Research Questionnaire 3) Experience Reporting Form 4) Questions Template �Gain knowledge of common business practices for the specified requirement. �Obtain feedback regarding feasibility of the described requirement (challenges, limitations, costs, etc.) DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR ANY ADDITIONAL INFORMATION.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7314c94db51e4aadb6daef46c2bf1d5a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07559602-F 20250822/250820230057 (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!  © 1994-2024, Loren Data Corp.