This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or
quotations. Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must
use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic
Enterprises (IEE) whenever the use of that authority is authorized and practicable.
The Government is seeking to identify Indian Small Business Economic Enterprises (ISBEEs) capable of
performing the below Indian Health Services (IHS) requirement. Any vendor responding to this notice
should submit their capability statement as well as the Buy Indian Act Indian Economic Enterprise
Representation Form (attached). Instructions for submission are outlined below.
Indian Small Business Economic Enterprises (ISBEEs) and other small business are highly encouraged to
respond to this notice. However, firms should understand that generic capability statements are not
sufficient for effective evaluation of their capacity and capability to perform the work required.
Responses must directly demonstrate the company’s capability, experience, and ability to provide
Pharmacy Hazardous Drug Disposal Services.
The Government requests interested parties submit a written response to this notice, which includes:
a. Company Name.
b. Company Socioeconomic Status.
c. Company System for Award Management (SAM) Unique Entity Identifier (UEI) number.
d. Company point of contact, mailing address, and telephone number(s), and website address
e. Name, telephone number, and e-mail address of a company point of contact who has the
authority and knowledge to clarify responses with government representatives.
f. DUNS Number:
g. Cage Code:
h. Tax ID
i. Date submitted.
j. Applicable company GSA Schedule number or other available procurement vehicle.
k. Company’s System for Award Management (SAM) registration status. All respondents must
register on the SAM located at http://www.sam.gov/.
l. Submit Indian Health Service Buy Indian Act Indian Economic Enterprise Representation Form
(attached)
Disclaimer and Important Notes. This notice does not obligate the Government to award contract. Any
information provided by industry to the Government as a result of this sources sought synopsis is strictly
voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or
charges to the Government will arise as a result of contractor submission of responses, or the
Government's use of such information or otherwise pay for the information provided in response. The
Government reserves the right to use information provided by respondents for any purpose deemed
necessary and legally appropriate. Any organization responding to this notice should ensure that its
response is complete and sufficiently detailed to allow the Government to determine the organization’s
qualifications to perform the work. Respondents are advised that the Government is under no obligation
to acknowledge receipt of the information received or provide feedback to respondents with respect to
any information submitted. After a review of the responses received, a pre-solicitation synopsis and
solicitation may be published on a government GPE. However, responses to this notice will not be
considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in
your response. The Government reserves the right to use any non-proprietary technical information in any
resultant solicitation(s).
How to respond: Please include the notice IHS 246-24-Q-0148 Wewoka IHS Pharmacy Hazardous Drug
Disposal Services in the subject line. Responses must be submitted via email to the Contract Specialist,
Mary Ann Yocham at maryann.yocham@ihs.gov no later than 2:00 PM CST on June 28, 2024.
Capability statements will not be returned and will not be accepted after the due date. The maximum
number of pages for this submission is five (5) pages.
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.