Biomedical Waste Removal Services for USMCFP Springfield, Missouri
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Federal Bureau of Prisons (BOP), Field Acquisition Office (FAO), is conducting market research via a Sources Sought Notice for Biomedical Waste Removal Services at the United States Medical Center for Federal Prisoners (USMCFP) in Springfield, Missouri. This notice aims to identify qualified sources and inform acquisition planning. Responses to the Market Research Questionnaire are due March 18, 2026, at 2:00 PM CDT.
Scope of Work
The required services include the removal and disposal of biomedical waste, trace chemotherapy waste, and pharmaceutical hazardous waste. Disposal must occur at approved incineration facilities, adhering to all federal, state, and local regulations, including the Missouri Department of Natural Resources (DNR). The contractor will be responsible for furnishing approved containers (red, reusable plastic tubs with lids and liners, not exceeding 24x24x24 inches), while USMCFP will provide sharps containers. Pickups are required three times per week (Mondays, Wednesdays, Fridays) during specified hours, with flexibility for federal holidays. Specific waste types include Coumadin packaging (approx. 3 pickups/year) and minimal trace chemotherapy waste (<12 bags/year). Compliance with EPA, DOT, and OSHA regulations is mandatory, and required insurance coverage includes Workers' Compensation, Employer's Liability, Commercial General Liability, and Automobile Liability.
Anticipated Contract Details
The Government anticipates an Indefinite Delivery Requirements Contract with firm-fixed-prices. The period of performance is expected to be one (1) base year and four (4) twelve-month option years, totaling a potential five-year contract. The applicable NAICS Code is 562112, Hazardous Waste Collection, with a Small Business Size Standard of $47 million.
Submission & Market Research Focus
Interested vendors must submit responses to a Market Research Questionnaire. This questionnaire seeks information on business size, eligibility for various small business programs (8(a), Hub-Zone, Women-owned, Service-disabled veteran-owned, Economically Disadvantaged Women-owned), capability to act as prime or subcontractor, subcontracting levels, FAR 52.219-14 compliance, relevant experience, capacity, and consistency of insurance coverage with draft SOW requirements. Vendors are also asked to estimate time needed to prepare a quote and begin services.
Eligibility / Set-Aside
This is a market research effort to determine the availability of qualified sources and potential set-aside opportunities. The questionnaire specifically inquires about eligibility for various small business programs. No specific set-aside has been determined at this stage.
Additional Notes
This notice is for market research and acquisition planning purposes only and does not constitute a solicitation. The Government will not reimburse costs associated with responding. All contractor personnel will require a security background investigation, which may take 30 days or longer. Registration in SAM.gov will be required at the time of offer submission if a solicitation is issued. Interested parties are responsible for monitoring SAM.gov for updates.