Biohazardous & Pharmaceutical Medical Waste Pickup and Disposal Services - Ute Mountain Ute Health Center - Towaoc, CO
ID: 75H70724Q00130Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEALBUQUERQUE AREA INDIAN HEALTH SVCALBUQUERQUE, NM, 87110, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Biohazardous and Pharmaceutical Medical Waste Pickup and Disposal Services at the Ute Mountain Ute Health Center in Towaoc, Colorado. The contract, which spans from January 1, 2025, to December 31, 2025, with options for four additional years, requires the contractor to manage and dispose of regulated medical and pharmaceutical waste in compliance with federal, state, and local regulations. This procurement is critical for ensuring public health and safety through proper waste management practices, and it emphasizes the engagement of Indian Small Business Economic Enterprises (ISBEE). Interested vendors must submit their proposals by 5:30 PM MDT on October 25, 2024, and can direct inquiries to Shandiin DeWolfe at Shandiin.DeWolfe@ihs.gov or by phone at 505-256-6755.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) for biohazardous and pharmaceutical medical waste pickup and disposal services for the Ute Mountain Ute Health Center. It details the contract requirements through multiple Contract Line Item Numbers (CLINs) over a five-year period, including the base year and four option years, spanning from January 1, 2025, to December 31, 2029. Each CLIN specifies pricing for services related to regulated medical waste and sharps, along with pharmaceutical waste pickups, highlighting the necessity for a breakdown of costs. The vendor will be responsible for providing a set number of dumpster containers for waste collection at designated sites. Furthermore, the pricing must encompass all associated expenses, such as labor, equipment, and applicable taxes, to deliver comprehensive waste removal services. This RFP exemplifies federal and local grant guidelines, emphasizing the importance of safety and regulatory compliance in biohazardous waste management.
    The document outlines a Request for Proposal (RFP) for Biohazardous and Pharmaceutical Medical Waste Pickup and Disposal Services by the Indian Health Service (IHS) at the Ute Mountain Ute Health Center in Towaoc, CO, spanning from January 1, 2025, to December 31, 2025, with options for four additional years. This contract will be awarded as a Firm-Fixed-Price (FFP) agreement, including details on the scope of services, pricing, contractor qualifications, and performance expectations. The contractor is responsible for collecting, managing, and disposing of regulated medical and pharmaceutical waste while adhering to federal, state, and local regulations. Key requirements include providing appropriate containers, maintaining service schedules, and ensuring compliance with health and safety standards. The document emphasizes the importance of contractor qualifications, including past experience and necessary permits. Additionally, the RFP incorporates clauses related to performance evaluation, including service delivery timelines and maintaining required licenses. The overall goal is to secure a contractor capable of delivering efficient, compliant waste disposal services in a manner that protects public health and complies with government standards, reflecting the initiative to engage small business concerns, particularly those owned by Indian Economic Enterprises.
    The document outlines Wage Determination No. 2015-5435, detailing wage rates and fringe benefits required under the Service Contract Act by the U.S. Department of Labor for contracts executed in Colorado. It specifies minimum pay rates for various occupations according to Executive Orders 14026 and 13658, with rates adjusting annually. For contracts initiated after January 30, 2022, the minimum wage is set at $17.20 per hour; for earlier contracts not renewed after that date, it is $12.90. Key occupations listed include administrative support, automotive service, food preparation, and healthcare roles, with various wage rates reflecting their complexity and responsibilities. Unique fringe benefits such as health and welfare contributions, vacation entitlements, and paid holidays are stipulated. The document includes requirements for paid sick leave under EO 13706 and outlines the conformance process for unlisted job classifications. This wage determination is crucial for federal contractors to ensure compliance with labor standards and to provide fair compensation to workers fulfilling government contracts.
    Similar Opportunities
    Grounds Maintenance Services for Santa Fe Indian HC & San Felipe HC
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Grounds Maintenance Services at the Santa Fe Indian Health Center and San Felipe Health Clinic in New Mexico. The contract will encompass a range of services including landscape maintenance, trash removal, and snow and ice removal, structured as a Firm-Fixed-Price purchase order with a base year and four option years, extending from 2024 to 2029. This procurement is vital for maintaining a safe and clean environment for healthcare delivery to Native American populations, ensuring compliance with federal regulations and standards. Interested offerors must submit their proposals by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Floor Stripping and Waxing Services - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for Floor Stripping and Waxing Services at the Santa Fe Indian Health Center in New Mexico. This procurement aims to maintain a clean and safe healthcare environment by contracting for essential floor maintenance services, which must be performed during non-business hours to minimize disruption to patient care. The contract will be awarded as a Firm-Fixed-Price Purchase Order for a base year with three additional option years, emphasizing the importance of compliance with federal regulations and the Buy Indian Act to support Indian Small Business Economic Enterprises. Interested offerors must submit their proposals by November 5, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    S222--DEA Hazardous Drug Waste open
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the collection and disposal of DEA hazardous drug waste across multiple facilities in Colorado. The procurement aims to ensure safe and compliant management of hazardous pharmaceutical waste, requiring the contractor to provide all necessary containers, perform installation, removal, packaging, shipping, and disposal in accordance with federal, state, and local regulations. This contract is crucial for maintaining health and safety standards within healthcare facilities, with a one-year base period starting October 31, 2024, and four optional one-year extensions. Interested bidders must submit their quotes by October 21, 2024, and direct inquiries to Contract Specialist Jason Lawrence at jason.lawrence3@va.gov.
    Diabetic Supplies - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for diabetic supplies to be delivered to the Santa Fe Indian Health Center in New Mexico. This procurement involves a Firm-Fixed-Price (FFP) contract with a base period and four optional renewal years, focusing on essential medical supplies for diabetes management, including compliance with storage conditions and timely deliveries. The contract emphasizes support for Indian businesses, allowing participation from Indian Small Business Economic Enterprises under the Buy Indian Act. Interested offerors must submit their quotes by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Two (2) Medical Technologist/Technicians - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for two Medical Laboratory Technologists/Technicians to support operations at the Santa Fe Indian Health Center in New Mexico. The contract will be structured as a firm-fixed-price arrangement, covering a base year with four optional renewal periods, and will require the contractors to provide essential laboratory services, including phlebotomy and quality control, while ensuring compliance with federal security protocols. This procurement is vital for maintaining high-quality medical laboratory services within the community, emphasizing the importance of qualified personnel in healthcare delivery. Interested offerors must submit their proposals by November 1, 2024, by 12:00 p.m. MDT, and can direct inquiries to Patricia P. Trujillo at patricia.trujillo@ihs.gov or by phone at 505-256-6754.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve USP compliance. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring adherence to federal construction standards and local regulations. This initiative is crucial for enhancing healthcare infrastructure and maintaining operational continuity for the facility, which serves an underserved community. Proposals are due by November 15, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or Jenny Scroggins at Jenny.Scroggins@ihs.gov.
    Kayenta Health Center: Non-Personal Healthcare Services - Emergency Department
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for non-personal healthcare services specifically for the Emergency Department at the Kayenta Health Center. The procurement aims to secure approximately 13,104 hours of service from qualified emergency department physicians for the period from February 1, 2025, to January 31, 2026, with potential options for service extension. This initiative underscores the federal government's commitment to supporting Indian-owned businesses while ensuring the provision of essential healthcare services in compliance with relevant regulations. Interested bidders must submit their proposals by October 7, 2024, and can direct inquiries to Adrian Segay at Adrian.Segay@ihs.gov, referencing the solicitation number 75H71025Q00010.
    Three (3) Primary Care Physicians - Santa Fe Indian Health Center
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the provision of three Primary Care Physicians at the Santa Fe Indian Health Center in New Mexico. The selected physicians will deliver comprehensive medical care, including assessments, diagnoses, and referrals, under a Firm-Fixed Price contract structure with a base period and two optional extensions based on satisfactory performance. This procurement is vital for enhancing healthcare delivery in tribal communities, ensuring compliance with federal regulations, and promoting economic development among Indian Small Business Economic Enterprises (ISBEEs) through a Buy Indian Set-Aside. Interested offerors must submit their proposals by October 31, 2024, to Patricia Trujillo at patricia.trujillo@ihs.gov, and must be registered in the System for Award Management (SAM) with an active UEI number.
    PHC PHARMACISTS
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking capable sources for pharmacist services at the Pinon Health Center in Arizona. The procurement involves nonpersonal services for two pharmacists to support healthcare delivery, with an anticipated performance period from January 1, 2025, to December 31, 2025, including several option periods. This initiative is crucial for providing culturally acceptable healthcare to American Indians and Alaska Natives, ensuring effective medication management and patient care documentation. Interested parties must submit a capabilities package to Tilda Nez at tilda.nez@ihs.gov by October 24, 2024, at 9:00 a.m. MDT, to be considered for this opportunity.
    Waste Removal and Recycling Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to provide waste removal and recycling services at the National Institute for Occupational Safety and Health (NIOSH) facilities located in Morgantown, West Virginia. The procurement includes weekly domestic waste removal and monthly single stream recycling services, with the contractor responsible for all associated costs, including dumpster rental and transportation. This contract is crucial for maintaining operational efficiency and compliance with environmental standards, and it emphasizes inclusivity by adhering to Section 508 of the Rehabilitation Act. The Request for Quotations (RFQ) is expected to be released at the end of November 2024, with a firm-fixed price contract spanning from February 1, 2025, to January 31, 2030, and interested small businesses should direct inquiries to Joseph Butkus at jbutkus@cdc.gov.