Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2006 FBO #1608
SOURCES SOUGHT

M -- RFI HAZMART Pharmacy

Notice Date
4/20/2006
 
Notice Type
Sources Sought
 
NAICS
924110 — Administration of Air and Water Resource and Solid Waste Management Programs
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
RFI-HAZMART-Pharmacy
 
Response Due
5/20/2006
 
Archive Date
6/20/2006
 
Description
This synopsis is issued for informational and planning purposes for potential FY 08/FY 09 requirements. The Air Force (AF) Air Mobility Command (AMC) Specialized Contracting Branch is conducting market research to identify potential sources to operate the Hazardous Material Pharmacy (HAZMART) at six (6) Air Force Installations. The service provider shall provide all personnel, supervision and services necessary to operate the HAZMART Pharmacy at six (6) installations (Fairchild AFB, WA; Dover AFB, DE; MacDill AFB, FL; McConnell AFB, KS; Grand Forks AFB, ND; and Travis AFB, CA), and track and monitor hazardous materials used by contractors operating on those installations. The service provider shall provide personnel, supervision and services necessary to accomplish monitoring and tracking of HAZMAT, to include records input through the AF Environmental Management Information System (EMIS) and Enterprise Environmental, Safety, and Occupational Health Management Information System (EESOH-MIS), or designated AF approved equivalent. Familiarity with EMIS/EESOH-MIS is not a prerequisite, since the service provider will be provided the training necessary for inputting the tracking and monitoring data into the system. The service provider shall strictly adhere to federal, state and local hazardous material and waste regulations related to operating the HAZMART. The Government is soliciting information to determine the availability of capable contractors that can provide the above services to identify commercial contracting practices. A Draft Performance Work Statement (PWS) that further describes the services required is provided herein for industry review and comment. The anticipated period of performance will be a twelve-month base performance period, with four (4) twelve-month option periods. Request contractors interested and capable of performing this service submit the following information by e-mail: 1) Name and address of company, company point of contact, current telephone number, fax number and E-mail addresses, business size, and identify if disadvantaged, HUBZone, women owned, or 8(a). The North American Industry Classification Code (NAICS) is 924110. 2) Contract references relevant to the requirement, detailing the contractors ability to provide services or similar services referenced above; 3) Contract number; 4) Agency supported; 5) Whether or not you were a prime or a subcontractor; 6) Period of performance, original contract value, final or current contract value and type (fixed priced, cost-reimbursable, etc.); 7) POC/Technical monitor and current phone/fax number; 8) The company?s capabilities in terms of providing limited or complete scope of HAZMART pharmacy services. E-mail capability statements will be accepted. The capability package must be clear, concise, and complete. The capability package and industry comments should be submitted to the below POCs no later than 20 May 06. Please limit the capability package to 10 pages. POINTS OF CONTACT: HQ AMC/A7KFC, Primary - Diane Weber, Contract Specialist, 618-256-9979, Email: diane.weber@scott.af.mil or Secondary - Karen Kinzel, Contracting Officer, (618) 256-9965, Email: karen.kinzel@scott.af.mil. This request for information is not a commercial solicitation and the Government will not pay for any information submitted, or for any costs associated with providing the information.
 
Place of Performance
Address: Reference RFI for locations.
 
Record
SN01031954-W 20060422/060420221656 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.