Combined Synopsis/Solicitation IHS1509234-Bio Hazard Waste Removal
Page 1 of 4
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). Submit only written quotes for this RFQ.
This solicitation is FULL AND OPEN. This solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 2025-03. The associated NAICS code
is 562211.
This RFQ contains five (5) Line Items:
CLIN
01
02
03
04
05
DESCRIPTION
BASE YEAR – Bio-Hazard Waste Removal OPTION YEAR 1 - Bio-Hazard Waste Removal OPTION YEAR 2 -
Bio-Hazard Waste Removal OPTION YEAR 3 - Bio-Hazard Waste Removal OPTION YEAR 4 - Bio-Hazard Waste
Removal
COST PER PICKUP
PERIOD OF PERFORMANCE: 04/10/2025 – 04/09/2026
Vendor Requirements: SEE ATTACHED STATEMENT OF WORK
Submit Quotes no later than: 02/26/2025 02:00p.m. CDT to the Following Point of Contact: Mary Ann
Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to
the responsible offeror whose offer conforming to the solicitation will be most advantageous to the
Government, with the technical requirements and past history performance being more important than
pricing. The following factors shall be used to evaluate offers:
Best Value (see criteria below)
Pricing
- Pricing will be evaluated by adding the Base Year and the out years together for a comprehensive
price.
Technical
- Vendor shall have the ability to pick up bio hazardous waste from the Wewoka Indian Health
Center every two weeks for a total of 26 times per year. Providing 20– 2’x2’ boxes per pickup.
- Vendor shall provide 20 red bio-hazard bags per pickup.
- Vendor shall have an online site that provides DOT manifest training for EVS staff and manifest
records.
- Shall have ability to provide certificate of incineration within 24 hours of pick-up
Past History Performance
- Vendor shall submit at minimum 3 past history performance records.
Combined Synopsis/Solicitation IHS1509234-Bio Hazard Waste Removal
VENDORS SHALL SUBMIT THE FOLLOWING:
COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS) PAST HISTORY PERFORMANCE CONTRACT INFORMATION SITE
WHERE DOT MANIFEST TRAININGS ARE ACCESSIBLE
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 52.252-1, Solicitation Provisions Incorporated by Reference. (FEB 1998). This solicitation
incorporates one or more solicitation provisions by reference, with the same force and effect as if
they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be
completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full
text of those provisions, the offeror may identify the provision by paragraph identifier and
provide the appropriate information with its quotation or offer. Also, the full text of a
solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hhsar
FAR 52.204-7, System for Award Management (Nov 2024);
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020); FAR 52.204-22,
Alternative Line-Item Proposal (Jan 2017);
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services
or Equipment (Nov 2021);
FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures
(Dec 2023); FAR 52.252-3, Alterations in Solicitation (Apr 1984)
HHSAR 352.239-78, Information and Communication Technology Accessibility Notice. (Deviation) (FEB
2024)
(a) Any offeror responding to this solicitation must comply with established HHS Information and
Communication Technology (ICT) accessibility standards. Information about Section 508 is
available at https://www.hhs.gov/web/section-508/index.html.
(b) The Section 508 accessibility standards applicable to this solicitation are stated in the
clause at 352.239-79 Information and Communication Technology Accessibility. In order to facilitate
the Government’s determination whether proposed ICT supplies, products, platforms, information, and
documentation meet applicable Section 508 accessibility standards, offerors must submit an
appropriate HHS Section 508 Accessibility Conformance Checklist (see
https://www.hhs.gov/web/section-508/accessibilitychecklists/index.html) or an Accessibility
Conformance Report (ACR) (based on the Voluntary Product Accessibility Template (VPAT) see
https://www.itic.org/policy/accessibility/vpat), in accordance with the completion instructions.
The purpose of the checklists and conformance reports are to assist HHS acquisition and program
officials in determining whether proposed ICT supplies, products, platforms, information, and
documentation conform to applicable Section 508 accessibility standards. Checklists and ACRs
evaluate—in detail— whether the ICT conforms to specific Section 508 accessibility standards and
identifies remediation efforts needed to address conformance issues.
(c) If an offeror claims its supplies or services meet applicable Section 508 accessibility
standards, and it is later determined by the Government, i.e., after award of a contract or order,
that supplies, products, platforms, information, documentation, or services support delivered do
not conform to the described accessibility standards, remediation of the supplies, products,
platforms, information, documentation, or services support to the level of conformance specified in
the contract will be the responsibility of the Contractor at its expense.
(d) In order to facilitate the Government's determination whether proposed ICT supplies meet
applicable Section 508 accessibility standards, offerors must submit an Accessibility Conformance
Report, in accordance with its completion instructions and tailored to the requirements in the
solicitation. The purpose of the Report is to assist HHS acquisition and program officials in
determining whether proposed ICT supplies conform to applicable Section 508 accessibility
standards. The template allows offerors or developers to self-evaluate their supplies and document,
in detail, whether they conform to a specific Section 508 accessibility standard, and any underway
remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508
Evaluation Template are available at https://Section508.gov/.
Page 2 of 4
Combined Synopsis/Solicitation IHS1509234-Bio Hazard Waste Removal
(e) In order to facilitate the Government's determination whether proposed ICT services meet
applicable Section 508 accessibility standards, offerors must provide enough information to assist
the Government in determining that the ICT services conform to Section 508 accessibility standards,
including any underway remediation efforts addressing conformance issues.
(f) Respondents to this solicitation must identify any inability to conform to Section 508
requirements. If an offeror claims its supplies or services meet applicable Section 508
accessibility standards, and it is later determined by the Government, i.e., after award of a
contract or order, that supplies or services delivered do not conform to the described
accessibility standards, remediation of the supplies or services to the level of conformance
specified in the contract will be the responsibility of the Contractor at its expense.
(g) Items delivered as electronic content must be accessible to HHS acceptance criteria. Checklist
for various formats are available at http://508.hhs.gov/. Materials, other than items incidental to
contract management, that are final items for delivery should be accompanied by the appropriate
checklist, except upon approval of the Contracting Officer or Contracting Officer’s Representative.
(the offeror should include a completed copy of these provisions with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more
clauses by reference, with the same force and effect as if they were given in full text. Upon
request, the Contracting Officer will make their full text available. Also, the full text of a
clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hhsar
FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR
52.204-13, System for Award Management Maintenance (Oct 2018);
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020);
FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR
52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023);
FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment. (Nov 2021);
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 (Jan 2025)(DEVIATION FEB 2025);
FAR 52.217-2, Cancellation Under Multi-Year Contracts (Oct 1997); FAR 52.217-8, Option to Extend
Services (Nov 1999);
FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000);
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022);
FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024);
FAR 52.222-3, Convict Labor (JUN 2003);
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-50, Combating
Trafficking in Persons (Nov 2021);
FAR 52.223-23, Sustainable Products and Services (May 2024);
FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023); FAR 52.225-13,
Restrictions of 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 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American
Security Drone Act- Covered Entities (Nov 2024);
FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contract for
Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014)
FAR 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for
Certain Services- Requirements (MAY 2014);
FAR 52.252-4, Alterations in Contracts (Apr 1984):
FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020);
HHSAR CLAUSES:
HHSAR 352.223-70, Safety and Health (Dec 2015);
HHSAR 352.223-71, Instructions to Offerors – Sustainable Acquisition (Dec 2015); HHSAR 352.226-1,
Indian Preference (Dec 2015)
HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022);
HHSAR 352239-78, Information and Communication Technology Accessibility Notice (Deviation)(Feb
2024) HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024)
Page 3 of 4
Combined Synopsis/Solicitation IHS1509234-Bio Hazard Waste Removal
“System updates may lag policy updates. The System for Award Management (SAM) may continue to
require entities to complete representations based on provisions that are not included in agency
solicitations. Examples include 52.222- 25, Affirmative Action Compliance, and paragraph (d) of
52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services.
Contracting officers will not consider these representations when making award decisions or enforce
requirements. Entities are not required to, nor are they able to, update their entity registration
to remove these representations in SAM.”
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE
ELECTRONIC SUBMISSION. (maryann.yocham@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, 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.
Page 4 of 4
Department of Health and Human Services Indian Health Service
Wewoka Indian Health Center 36640 Hwy 270
Wewoka, OK 74884
Statement of Work (SOW)
1. PURPOSE OF THE PROJECT
The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for Wewoka
Indian Health Center for the removal of bio-hazard waste. Permits, licenses, manifests, and safety
data sheets required by law and regulation.
2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS
The Contractor shall provide labor, transportation, equipment, supplies, needed to perform
bio-hazard waste at the Wewoka Indian Health Center, Wewoka, Oklahoma.
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 a solid and sharps-noncontrolled bio-hazard waste removal for
Wewoka Indian Health Center every two weeks for a total of 26 times per year.
4.2. The Contractor shall provide DOT compliant disposable containers for hazardous waste.
4.3 The Contractor shall arrange for proper disposal of all bio-hazard waste, along with manifest,
labels, and certificate of incineration for removal bio-medical waste at Wewoka Indian Health
Center.
4.4 The Contractor shall be responsible for all travel costs and associated expenses to and from
the Wewoka Indian Health Center.
4.5 The Contractor shall be responsible for the delivery of all materials, and supplies necessary
for the completion of the service’s agreement to the Wewoka Indian Health Center.
4.6 The Contractor shall provide 20 - 2ftx2ft cardboard boxes every time that come pick up waste
to store bags in.
4.7 The Contractor shall provide 20 - 35x37x .002 31gallon red bio-hazard bags at each pick-up.
4.8 The Contractor shall pick-up before 10 a.m. on Mondays every two-weeks excluding federal
holidays. If pick-up falls on a federal holiday, then pick-up shall happen following day.
4.9 The Contractor shall provide D.O.T Manifest training for EVS staff and Manifest records on an
online site.
4.10 The Contractor shall be responsible for sending a Certificate of incineration within 24hrs of
pick- up
1
Department of Health and Human Services Indian Health Service
Wewoka Indian Health Center 36640 Hwy 270
Wewoka, OK 74884
5. SPECIAL REQUIREMENTS
5.1. In accordance with HHSAR 304.1301, (a) HHS follows National Institute of Standards and
Technology (NIST) Federal Information Processing Standards (FIPS) Publication (PUB) Number 201-2,
Personal Identity Verification (PIV) of Federal Employees and Contractors, and OMB implementation
guidance for personal identity verification, for all affected contractor and subcontractor
personnel when contract performance requires contractors to have routine physical access to a
federally-controlled facility and/or routine physical and logical access to a federally- controlled
information system.
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.
2
Department of Health and Human Services
Indian Health Service Wewoka Indian Health Center 36640 Hwy 270
Wewoka, OK 74884
3
6.4. Personnel Qualifications: Contractor shall be competent and have experience in bio-hazard
removal of medical facilities.
7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES
The Government shall supply electric and water
8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES
Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,
materials, supplies and equipment required to perform work under the contract.
9. CHANGES TO THE STATEMENT OF WORK (SOW)
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.