Combined Synopsis/Solicitation RFQ # 246-24-Q-0148
Page 1 of 3
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-0148. Submit only written quotes for this RFQ. This solicitation is NOT SET ASIDE
FOR SMALL BUSINESS. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 2024-05. The associated
NAICS code is 562112.
This RFQ contains FIVE (5) Line Items:
CLIN DESCRIPTION CHARGE
01 09/14/2024 – 09/13/2025
02 09/14/2025 – 09/13/2026
03 09/14/2026 – 09/13/2027
04 09/14/2027 – 09/13/2028
05 09/14/2028 – 09/13/2029
PERIOD OF PERFORMANCE: 09/14/2024 – 09/13/2029
The estimated value of the Blanket Purchase Agreement (BPA) Order is $30,000.00
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 07/12/2024 02:00p.m. CDT to the Following Point of Contact:
Mary Ann Yocham, Contract Specialist, via Email: [email protected].
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price BPA resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government. The following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable
Pricing
- Price will be evaluated by adding the total price for all options to the total price for
the basic requirement.
Technical Capabilities
• Vendor shall have the ability to provide a report of destruction to the COR within 72
hours from destruction.
• Vendor shall have the ability to provide pick up and destruction services within 7
days of request from Wewoka IHS.
Past History Performance
- Vendor shall submit 3 past history performance references
Combined Synopsis/Solicitation RFQ # 246-24-Q-0148
Page 2 of 3
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE
STATEMEN CONFIRMING REPORT OF DESTRUCTION
STATEMENT CONFIRMING 7 BUSINESS DAY PICKUP
PAST HISTORY PERFORMANCE REFERENCES
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE
SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING
SOLICITED
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 Products and Commercial Services
(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or
Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the
following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30,
Federal Acquisition Supply Chain Security Act Orders-Prohibition, (Dec 2023); FAR 52.219-4,
Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2022); FAR 52.219-28,
Post Award Small Business Program Representation (Feb 2024); FAR 52.222-3, Convict Labor
(Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024);
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity
(Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR
52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-23, Sustainable Products
and Services (May 2024); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021);
FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024);
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct
2018); ; FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.252-2, Clauses
Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov
2020); HHSAR 352.223-70, Safety and Health (Dec 2015); HHSAR 352.226-1, Indian Preference
(Dec 2015); HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-
78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR
352.239-79, Information and Communication Technology Accessibility (Feb 2024); The above
Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/
And https://www.acquisition.gov/hhsar
Miscellaneous:
NO FAX QUOTATIONS
Combined Synopsis/Solicitation RFQ # 246-24-Q-0148
Page 3 of 3
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. ([email protected])
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, UEI, 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.
BASE YEAR (2024-2025)
ESTIMATED NUMBER OF PICKUPS PER YEAR CHARGE PER PICKUP
Aerosols 2 Gallon Container 2
RCRA 15 Gallon Container 4
YEAR 2 (2025-2026)
ESTIMATED NUMBER OF PICKUPS PER YEAR CHARGE PER PICKUP
Aerosols 2 Gallon Container 2
RCRA 15 Gallon Container 4
YEAR 3 (2026-2027)
ESTIMATED NUMBER OF PICKUPS PER YEAR CHARGE PER PICKUP
Aerosols 2 Gallon Container 2
RCRA 15 Gallon Container 4
YEAR 4 (2027-2028)
ESTIMATED NUMBER OF PICKUPS PER YEAR CHARGE PER PICKUP
Aerosols 2 Gallon Container 2
RCRA 15 Gallon Container 4
YEAR 5 (2028-2029)
ESTIMATED NUMBER OF PICKUPS PER YEAR CHARGE PER PICKUP
Aerosols 2 Gallon Container 2
RCRA 15 Gallon Container 4
WEWOKA IHS - PHARMACY HAZARDOUS DISPOSAL
1
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
Statement of Work (SOW)
Pharmacy Hazardous Drug Disposal
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for Wewoka Indian
Health Center to provide hazardous drug disposal.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
The contractor shall provide labor, transportation, and equipment/supplies needed to dispose of hazardous drug
waste created by the Wewoka Indian Health Center.
3. PERIOD OF PERFORMANCE
The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month
option years.
4. LEVEL OF EFFORT
4.1. The contractor shall provide (6) six RCRA 15-gallon containers every year and pick up for disposal when
Wewoka Indian Health Center calls in for a pickup.
4.2. The contractor shall provide (2) two Aerosol 2-gallon containers every year, and pick up for disposal when
Wewoka Indian Health Center calls in for a pickup.
4.3. The contractor shall provide a report of destruction to the Contracting Officer Representative for every
container that is destroyed with-in 72 hours of destruction of hazardous drugs.
4.4. The contractor shall provide pick up containers within 7 business days of request confirmation with the
contractor’s Point of Contact (POC).
4.5. Training: NA
5. SPECIAL REQUIREMENTS
5.1. - In accordance with HHSAR 304.1303, To ensure compliance with Homeland Security Presidential
Directive-12: Policy for a Common Identification Standard for Federal Employees and Contractors (HSPD-
12) It is the IHS policy that all staff and contractors who require physical access to federally controlled
facilities and logical access to the IHS Information Technology (IT) networks and systems must obtain an
HSPD-12-compliant access card. Individuals will be issued an access card upon meeting the HSPD-12
requirements and a favorable background investigation.
2
Department of Health and Human Services
Indian Health Service
Wewoka Indian Health Center
36640 Hwy 270
Wewoka, OK 74884
5.2. The USPHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and
grounds). No tobacco/smoking use will be tolerated during service.
5.3. Security Requirements: Contractor personnel will be required to contact the government designated point
of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be
responsible for the security of all organizational information. Current rules and regulations applicable to
the premises, where the work shall be performed shall apply to the contractor and its employees while
working on the premises. These regulations include but are not limited to, escort by Wewoka Indian Health
Center official, presenting valid identification, smoking restriction and any safety procedures.
5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of
Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible
legal actions.
5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned
of as a result of or in connection with the performance of the contract, the resolution of which may
require the dissemination of official information, shall be directed to the government’s designated
representative.
6. DELIVERABLES AND REPORTING REQUIREMENTS
6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated
government employee. The government will provide the contractor with dock access and building
access for this sole purpose. The designated government employee will work with the pertinent
government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm.
Driver needs a valid ID.
6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the
government’s designated representative for coordination of supplies, delivery, and/or maintenance. The
POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day
maintenance meets the terms and conditions of this contract.
6.3. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for service
calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm,
Monday through Friday.
6.4. Personnel Qualifications:
The Contractor must have the ability to dispose of hazardous drug waste.
The Contractor shall be an established company that has more than 3 years of service with the handling and
disposing of hazardous drug waster.
3
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
7.1. NA
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,
materials, supplies and equipment required to perform work under the contract, to include but not limited
to: labor, transportation, and equipment/supplies needed to pick up and dispose hazardous drug waste.
9. CHANGES TO THE STATEMENT OF WORK (SOW)
9.1 Any changes to this SOW shall be authorized and approved only through written correspondence from the
Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting
Officer shall be borne by the contractor.