SOURCES SOUGHT
65 -- Market Survey - Biohazardous & Pharmaceutical Waste Services
- Notice Date
- 9/11/2025 7:26:46 AM
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- 6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
- ZIP Code
- 73125
- Solicitation Number
- 091125BIO
- Response Due
- 10/13/2025 12:00:00 PM
- Archive Date
- 10/28/2025
- Point of Contact
- Lisa Sedlacek-Ewers, Kimberly Sites, Phone: 4059547755
- E-Mail Address
-
lisa.a.sedlacek-ewers@faa.gov, Kimberly.sites@faa.gov
(lisa.a.sedlacek-ewers@faa.gov, Kimberly.sites@faa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Federal Aviation Administration-Civil Aerospace Medical Institute (CAMI) is issuing these Sources Sought/Request for Information (RFI) as a means of conducting market research to identify potential sources having an interest to provide Pharmaceutical and Biomedical Hazardous Waste Disposal for CAMI on the Mike Monroney Aeronautical Center (MMAC) Services, Oklahoma City, Oklahoma. The result of this market survey will contribute to the understanding of a competitive atmosphere and aid in the determination as to the method of procurement if/when a requirement materializes. Based on the responses and information provided by interested parties (i.e., vendor commercial pricing list; Business Type, GSA Schedule Contract numbers) this requirement may be set aside for small business (in full or in part) or procured through full and open competition. A single award is anticipated. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. CAMI intends to award a Five (5) year Contract Indefinite Delivery /Indefinite Quality (IDIQ) to a qualified vendor with capability and capacity to provide �Mail Back / On Call� Pharmaceutical and Biomedical Hazardous waste disposal services. The Contractor will furnish all personnel, materials, tools and equipment necessary to provide the removal, transportation and disposal of all Pharmaceutical and Biomedical Hazardous waste in compliance with all current local, state and federal regulations. Medical waste will consist of isolation waste, cultures, and stocks of infectious agents, and associated biological human blood, body fluids and blood products, pathological waste, contaminated sharps miscellaneous laboratory waste, discarded dressings, and contaminated linen or disposable line substitutes. The annual requirement outlined in the attached draft SOW but generally outlined as follows: AAM-700 Pharmaceutical Waste Disposal Historically �Mail Back / On Call� by UPS or FedEx, dependent on the contractor preference. Estimated boxes per year 4-12 (3.4 gallons) per year. AAM-610 Biomedical Hazardous Waste Disposal Historically monthly. Estimated �Red Box� supply of 30 each (Average �Red Box� Disposal Services = 15-20 bins per month). DISCLAIMER This sources sought /RFI is for information purposes only. This is NOT a Request for Proposal/ Quotation (RFP/ RFQ) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under NO obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. ELEGIBILITY The applicable NAICS code for this requirement is 562119 with a Small Business Size Standard of $47 Million. SUBMISSION DETAILS Please submit your capabilities statement to include: Organization name, address, primary point of contact (POCs) and their email address, telephone number, FAX, and the type of ownership for the organization. A capability statement(s) addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Any commercial pricing structures of the organization. All data received in response to this Sources Sought that are marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Respondents must be active in the System for Award Management (SAM) (www.sam.gov). Please provide the FAA with the SAM UEI and Duns number. Attached is a draft of the Statement of Work (SOW). Respondents are encouraged to review the statement of work and provide comments. ***No Phone Calls Please*** All responses to this market survey must be received by 2:00 P.M, Central Time on October 13, 2025. All questions and submittals should be submitted electronically to: Email: lisa.a.sedlacek-ewers@faa.gov Lisa Sedlacek-Ewers AAQ-730 Contracting Specialist ATTACHMENTS: Draft SOW
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/153816bf6dc7468e95784b09a9fa57fe/view)
- Place of Performance
- Address: Oklahoma City, OK 73169, USA
- Zip Code: 73169
- Country: USA
- Zip Code: 73169
- Record
- SN07588027-F 20250913/250911230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |