Sources Sought: Solid Waste Removal Services to be provided at the Woodrow Wilson Keeble Memorial Health Care Center (WWKMHCC), Sisseton, SD.
Sources Sought Notice Number: IHS-SS-25-1514210
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, an obligation or commitment by the Indian Health Service.
This notice is intended strictly for market research to determine the availability of Indian Small Businesses Economic Enterprise (ISBEE), Indian Economic Enterprises (IEE), or Other Small Businesses.
Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated applicable NAICS code for this acquisition is 621111 – Office of Physicians.
1.0 BACKGROUND
The IHS is an agency within the Department of Health & Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The Indian Health Service provides a comprehensive health service delivery system for approximately 1.9 million American Indians and Alaska Natives who belong to 567 federally recognized tribes, in 35 states. The Indian Health Service Headquarters is located in Rockville, MD and then divided into twelve (12) physical areas: Alaska, Albuquerque, Bemidji, Billings, California, Great Plains, Nashville, Navajo, Oklahoma, Phoenix, Portland, and Tucson.
The Great Plains Area Office (GPAO) works in conjunction with 19 Indian Health Service Units and Tribal Managed Service Units to provide health care to approximately 130,000 Native American located in North Dakota, South Dakota, Nebraska, and Iowa.
WWKMHCC falls under the GPAO and provides medical care to approximately 7,000 tribal members living on the Lake Traverse Reservation. The Service Unit was built in 2007 to provide an expanded level of outpatient health care services specifically designed to meet the needs of our population.
2.0 OBJECTIVE
The primary objective is to provide solid waste removal services for the WWKMHCC in Sisseton, SD. The Contractor will perform according to the attached Statement of Work.
3.0 SCOPE
Solid waste removal are services needed for removal of items from the facility that are no longer usable and considered waste and outdated. These services being rendered by the Contractor shall include the removal of all materials considered disposable and out dated waste. Some items include but are not limited to: metal poles, wood and other disposable garbage.
4.0 CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS
- The Contractor shall be responsible for making a complete survey of the premises where dumpster services are to be rendered at the Sisseton Service Unit area at 100 Lake Traverse Drive, Sisseton, SD, in order to be thoroughly familiar with the coverage of the service requested in this specification. Any misunderstandings arising from not fully meeting the requirements outlined in this specification due to failure in making a survey shall not excuse the Contractor from fully complying with the requirements of the specification outlined.
- One hundred four (104) pick-up services shall be performed regularly, twice a week, Tuesday and Thursdays. The facility will also request up to sixteen (16) additional pickups throughout the year. The dumpster services are to be rendered at the Sisseton Service Unit 100 Lake Traverse Drive and for a 20-25 yard roll off dumpster next to the facilities loading dock. Contractor shall obtain permission from the Facilities Manager and the Contracting Officer prior to performing additional services that may be needed outside the specified hours of the Period of Performance.
- The Contractor shall provide a waste manifest report for each pickup and obtain signature from the Facilities Manager or designated representative, any of the maintenance workers, or Property & Supply personnel, after picking up all solid waste and prior to leaving the premises or invoice(s) will not be paid.
- Contractor shall provide all equipment required to remove solid waste; and maintain the dumpster areas and dispose of materials that are in and around the dumpsters. Contractor shall ensure that items being disposed of will have proper coverings to prevent debris from falling onto the roads, etc. No equipment shall be stored or kept at any Indian Health Service facility when the Contractor is not working, with the express approval of the Facilities Manager at the Sisseton Service Unit.
- All materials (i.e. wood, glass, metal, plastic, cardboard, and rubber) shall be disposed of in an EPA-Certified landfill according to landfill regulations.
- The Contractor shall be responsible for all travel, lodging, per diem, fringe benefits, Federal/State/Local taxes, plus any other costs pertinent to the performance of this contract.
5.0 TYPE OF ORDER
The award for this service will be a firm fixed price non-personal service purchase order.
6.0 ANTICIPATED PERIOD OF PERFORMANCE
Period of Performance: September 1, 2025 – August 31, 2026, plus 4 optional years.
7.0 PLACE OF PERFORMANCE
Woodrow Wilson Keeble Memorial Health Care Center, Indian Health Service, 100 Lake Traverse Drive, Sisseton, SD.
8.0 PAYMENT
The contractor shall submit invoices for services that is mutually agreed upon by the contractor and the COR through the Invoice Processing Platform (IPP.gov).
9.0 Capability Statement/Information:
Interested parties are expected to review this notice and attached statement of work to familiarize itself with the requirements of this project. Failure to do so will be at your firm’s own risk. The following information shall be included in the capability statement:
1. A general overview of the respondent’s opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts.
2. Information in sufficient detail of the respondent’s (a) current capability and capacity to perform the work; (b) prior completed events of similar nature/size; (c) organizational experience and management capability; and (d) examples of prior completed Government contracts and other related information.
3. The respondents’ UEI number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) Pursuant to the North American Industry Classification System (NAICS) code: 621111 – Office of Physicians.
4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition.
5. The capability statement shall not exceed 10 single-sided pages (including all attachments, resumes, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins.
6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern’s name and address). Responses will be reviewed only by IHS personnel and will be considered adequate responses to a solicitation.
10.0 Closing Statement
Point of Contact: Andrea Whipple, Purchasing Agent, at Andrea.Whipple@ihs.gov
Submission Instructions:
Interested parties shall submit capability via email to Andrea Whipple, Purchasing Agent, at Andrea.Whipple@ihs.gov. Must include Sources Sought Number IHS1514210 in the Subject line. The due date for receipt of statements is August 15, 2025, 1:00 p.m. Central Time.
All responses must be received by the specified due date and time in order to be considered.
This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of IHS.
IHS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, IHS may issue a Request for Quote (RFQ).
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against IHS shall arise as a result of a response to this notice or IHS’s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract 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 in SAM.gov. 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.