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 to identify capable sources for Biomedical Waste Removal Services at the United States Medical Center for Federal Prisoners (USMCFP) in Springfield, Missouri. This is for informational and acquisition planning purposes only, not a solicitation. Responses to the Market Research Questionnaire are due March 13, 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 comply with all federal, state, and local regulations, including Missouri DNR, at approved incineration facilities. The contractor will be responsible for furnishing approved, sanitized containers (red, reusable plastic tubs with lids and liners, max 24x24x24 inches, excluding USMCFP-provided sharps containers). Services require three pickups per week (Mondays, Wednesdays, Fridays) between specified times, with flexibility for federal holidays. Specific requirements also cover Coumadin packaging removal (estimated 3 times/year) and trace chemotherapy waste removal (minimal, less than 12 bags/year). The contractor must comply with all applicable laws (EPA, DOT, OSHA) and obtain necessary licenses and permits.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Indefinite Delivery Requirements Contract (IDRC) with firm-fixed-prices.
- Period of Performance: One (1) base year and four (4) twelve-month option years (total potential of five years).
- NAICS Code: 562112, Hazardous Waste Collection (Small Business Size Standard: $47 million).
- Response Due: March 13, 2026, 2:00 PM CDT
- Published: February 27, 2026
Submission & Evaluation
Respondents are asked to complete a Market Research Questionnaire, which inquires about business size, eligibility for small business programs (8(a), Hub-Zone, Women-owned, Service-disabled veteran-owned, Economically Disadvantaged Women-owned), ability to act as prime or subcontractor, subcontracting levels, FAR 52.219-14 compliance, experience, capacity, and insurance coverage. Vendors should also estimate the time needed to prepare a quote and begin services. Responses must be submitted via email to llwheeler@bop.gov.
Additional Notes
This notice is for market research only; it is not a solicitation, and no contract will be awarded from this notice. All information submitted is voluntary, and the Government will not reimburse associated costs. 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.