S222--New: 5-Year Ordering Period Contract (4/1/2025 - 3/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services at the Illiana Health Care System in Danville, IL and its affiliated CBOCs.
ID: 36C25225Q0323Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste (RMW) and sharps collection and disposal services for the Illiana Health Care System and its affiliated Community-Based Outpatient Clinics (CBOCs) in Danville, Illinois. This procurement is structured as a 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total estimated ceiling of $47 million, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for ensuring compliant waste handling, including weekly and monthly pickups, provision of reusable containers, and adherence to strict documentation and environmental regulations. Interested parties should contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov for further details, as the solicitation process is ongoing and subject to specific compliance requirements outlined in the associated wage determinations.

    Point(s) of Contact
    Scott D SandsContract Specialist
    Scott.Sands2@va.gov
    Files
    Title
    Posted
    The Presolicitation Notice outlines a requirement for a new 5-year ordering period contract for Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services at the Illiana Health Care System in Danville, Illinois. The contract is set to begin on April 1, 2025, and will end on March 31, 2030. It is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside under the Product Service Code S222 and NAICS Code 562211. The contracting office is located in Milwaukee, Wisconsin, and responses are due by March 26, 2025, at noon Central Time. The notice emphasizes the need for compliant services to manage medical waste and sharps effectively, ensuring the health and safety of the facility and its patients. For further inquiries, interested parties are encouraged to contact Contracting Officer Scott Sands via the provided email. This notice serves to inform potential contractors of the upcoming opportunity in the context of governmental procurement processes.
    This document details Amendment 0001 to solicitation number 36C25225Q0323 issued by the Department of Veterans Affairs, specifically concerning medical waste services. The amendment offers clarifications to contractor queries that have arisen regarding the requirements. Notably, it confirms that the government will supply RED Biohazardous Waste Bags, while providing details about the number of sharps containers that require specialty stands and holders. Additionally, the amendment permits the substitution of 3-gallon containers for 4-gallon ones specified in the request for quotes. The document reiterates the importance of acknowledging receipt of the amendment in submitted offers and highlights that the solicitation due date remains unchanged. This signifies the government's ongoing commitment to ensure clarity and competitiveness in its bidding processes while maintaining compliance with procurement regulations.
    This document is an amendment to solicitation number 36C25225Q0323 issued by the Department of Veterans Affairs, specifically under the Great Lakes Acquisition Center. It serves to notify all offerors that the initial request for quotes (RFQ) has been canceled. The Contracting Officer determined that none of the submitted quotes provided pricing that could be deemed fair and reasonable, thus necessitating the cancellation. The document outlines the requirements for acknowledging the amendment, emphasizing that failure to do so may lead to the rejection of offers. It also provides instructions for how bidders can respond to the amendment and reaffirms that all other terms and conditions of the original solicitation remain unchanged. The amendment includes standard contractual language and is structured following federal procurement guidelines. This action reflects the government's commitment to ensuring transparency and fairness in awarding contracts.
    The document is a Wage Determination issued by the U.S. Department of Labor concerning contracts under the Service Contract Act. It outlines the minimum wage and fringe benefits required for various occupations across designated counties in Illinois and specifies compliance with Executive Orders 14026 and 13658, which mandate minimum wage rates for federal contractors. For contracts starting or renewed after January 30, 2022, the minimum wage is set at $17.75 per hour; for earlier contracts, the rate is $13.30 per hour unless a higher wage is indicated. The determination lists detailed wage rates for over 200 occupations, from administrative support to technical and healthcare roles, highlighting distinctions between exempt and non-exempt classifications. It emphasizes requirements for paid sick leave under EO 13706, health and welfare provisions, vacation entitlements, holiday pay, and uniform allowance. Contractors are instructed to apply a process for proposing new job classifications and rates for any position not listed in the determination. This comprehensive wage framework ensures proper compensation for labor under federal contracts, aimed at protecting worker rights and ensuring compliance in federal, state, and local government contracts.
    The document outlines wage determinations under the Service Contract Act (SCA), specifically Wage Determination No. 2015-5023, Revision No. 24, issued by the U.S. Department of Labor. It establishes minimum wage rates applicable to federal contracts based on Executive Orders 14026 and 13658, requiring payments of at least $17.75 or $13.30 per hour, respectively, for covered workers in Illinois County of Macon. A detailed listing of occupations and respective wage rates is provided, ranging from administrative roles to technical and health occupations. The document also specifies fringe benefits, including health and welfare payments, vacation entitlement, and holiday observances, as well as the requirements for contractors regarding employee classification and compensation in alignment with the SCA and executive orders. Additionally, it outlines compliance procedures for unlisted job classifications through a conformance request process. This document serves to ensure that contractors meet wage standards and provide adequate worker protections, thereby promoting fair compensation practices in public contracts.
    The document presents the "Register of Wage Determinations" under the Service Contract Act by the U.S. Department of Labor, detailing wage rates for various occupations in Illinois Counties of De Witt and McLean. It specifies that contracts subject to this Act must adhere to minimum wage requirements established by Executive Orders 14026 and 13658, demanding a minimum of $17.75 per hour for contracts initiated or renewed after January 30, 2022, and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The file lists meticulous wage rates for different occupations ranging from administrative roles to technical positions, along with required fringe benefits, health and welfare stipulations, vacation policies, and holiday pay. Moreover, it emphasizes compliance with paid sick leave regulations and provides instructions for contractors on how to request additional classifications and wage rates for unlisted occupations. Overall, this document aims to ensure fair compensation and worker protections under federal contracts, demonstrating the government’s commitment to labor standards and worker rights in public service contracts.
    The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor. It outlines minimum wage rates for various occupations in specific Illinois counties, related to federal contracts. Key provisions include: contracts initiated or extended after January 30, 2022, must compensate covered workers at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, not extended, must pay at least $13.30 per hour. The document categorizes numerous occupations with corresponding wage rates, emphasizing benefits such as health and welfare compensation, paid vacation, and holidays. It also includes specific provisions regarding paid sick leave under Executive Order 13706 and adjustments for hazardous work conditions. Further, it stresses the necessity for contractors to comply with these wage determinations and outlines the procedure for classifying unlisted jobs through a conformance process. The purpose is to ensure fair labor practices and protect workers' rights under federal contracts. Overall, the document serves as a crucial guideline for contractors engaged in federal contracts, ensuring compliance with wage standards and worker protections stipulated by relevant executive orders.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining minimum wage and fringe benefits for various occupations in Illinois, specifically Menard and Sangamon counties. It includes rates corresponding to different job titles, emphasizing compliance with Executive Orders 14026 and 13658, which mandate at least $17.75 per hour or $13.30 per hour for certain contracts depending on the contract date and renewal status. It details health, welfare, vacation, and holiday benefits for covered workers, in addition to specifying requirements for uniform allowances and paid sick leave for federal contractors. The determination also pertains to the conformance process for unlisted occupations under the Service Contract Act, ensuring proper classification and wage rates are maintained. Complying with this wage determination is essential for federal contracts and grants, ensuring worker rights and fair compensation are upheld in government projects. This wage determination exemplifies the government's commitment to safeguarding labor standards for contractors and subcontractors.
    The document is the Wage Determination report issued by the U.S. Department of Labor under the Service Contract Act (SCA). It outlines the minimum wage rates that federal contractors must pay employees working in specific occupations within the Illinois County of Vermilion, particularly after January 30, 2022. Contractors must adhere to rates set by Executive Orders 14026 and 13658, specifying hourly minimum wages of $17.75 or $13.30, respectively, for covered workers. The report details various occupations with corresponding wage rates, fringe benefits, and conditions under which these rates apply. Key details include provisions for paid sick leave, health and welfare benefits, vacation, and holiday entitlements. It also describes procedures for classifying unlisted jobs and introducing new wage rates through a conformance process. Overall, this document serves as a guide for compliance with wage requirements for government contracts, emphasizing worker protections and fair compensation in federal contracting. It underscores the importance of understanding wage obligations in relation to ongoing government RFPs and grants.
    The document outlines a Request for Quote (RFQ) for Regulated Medical Waste (RMW) and sharps container collection and disposal services for the Illiana Health Care System and its Community-Based Outpatient Clinics (CBOCs) in Illinois. This procurement is designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a total estimated ceiling of $47 million across a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor will be responsible for providing all necessary management, tools, equipment, and training to ensure compliant waste handling according to federal and state regulations. Key tasks include weekly and monthly pickups of RMW and sharps, providing reusable containers, and ensuring proper disposal methods like incineration and microwave grinding. The contractor must adhere to strict documentation and certification requirements for waste pickup and destruction, ensuring transparency and compliance with environmental regulations. Service disruptions must be effectively managed, maintaining uninterrupted operations. The contract emphasizes quality control, performance metrics, and adherence to local laws throughout the service term, reflecting the VA's commitment to safety and environmental responsibility.
    Similar Opportunities
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    Waste Disposal Services at Ft. Sill National Cemetery
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for waste disposal services at Fort Sill National Cemetery in Oklahoma, specifically for universal waste collection. The procurement aims to secure a contractor capable of handling the removal of used oil/coolant, oily water from an oil/water separator tank, and cleaning the sand interceptor, with a focus on compliance with federal regulations and the provision of qualified personnel. This contract is a 100% Service-Disabled Veteran-Owned Small Business set-aside, covering a base period through October 31, 2026, with four additional one-year options. Interested contractors must submit their offers by December 18, 2025, at 11:00 AM EST, and direct any questions to David Hester at David.Hester@va.gov.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for hazardous waste treatment and disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement requires comprehensive services for the removal and disposal of various waste types, including hazardous, non-hazardous, and universal wastes, in compliance with federal and state regulations. This contract is critical for maintaining safety and environmental standards within the VA facilities, ensuring proper waste management practices are upheld. Interested vendors must submit their quotes, including a completed pricing schedule, by the specified deadline, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000. For further inquiries, contact Contracting Officer Morgan Stein at Morgan.Stein@va.gov.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new trash and waste removal contract at the Culpeper National Cemetery in Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes an initial contract term with a base period plus four option years. The services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested vendors can reach out to Contracting Officer Marshand Boone at marshand.boone@va.gov for further details regarding the solicitation.
    R614--Shredding service Providence VAMC Providence RI
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide on-site document destruction and shredding services for the Providence VA Medical Center and its associated Community-Based Outpatient Clinics (CBOCs). The procurement requires secure destruction of sensitive, confidential, and medical records in compliance with VA Directive 6371, HIPAA, and Privacy Act regulations, including the provision of lockable 32-gallon containers and weekly shredding services. This initiative is crucial for maintaining data security and regulatory compliance in records management, with a total estimated contract value of $16.5 million over a base year and four option years, extending services until January 31, 2031. Interested parties should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details regarding the solicitation.
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide DEA Hazardous Drug Waste Removal and Disposal services for the Eastern Colorado VA Health Care System. The procurement involves comprehensive management of hazardous pharmaceutical waste, including the provision of secured containers, installation, removal, packaging, shipping, and incineration, all in compliance with federal, state, and local regulations. This service is critical for maintaining safety and regulatory compliance in the handling of controlled substances within the VA healthcare facilities. Offers are due by December 10, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further details.
    R614--Document Destruction Services Iowa City VA HCS
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting quotes for Document Destruction Services for the Iowa City VA Health Care System and its Community Based Outpatient Clinics (CBOCs). The contract requires the contractor to provide secure handling and destruction of sensitive materials, including Protected Health Information (PHI), with services involving weekly or monthly pickups and destruction to a specified particle size. This procurement is critical for maintaining compliance with VA records management, HIPAA, and privacy regulations, ensuring the secure disposal of an estimated annual volume of 137,000 lbs of paper. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes via email by December 8, 2025, at 1:00 PM CST, with technical questions due by November 21, 2025, to Emanuel Nevarez at emanuel.nevarez@va.gov.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a trash and waste removal contract at the Culpeper National Cemetery in Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the rental and on-call pickup of 30 cubic yard roll-off containers and 6 cubic yard front-load containers, with a performance period starting from October 15, 2025, and extending through four optional one-year periods. The services are critical for maintaining the cleanliness and operational efficiency of the cemetery, ensuring a respectful environment for visitors and staff. Interested contractors must submit their quotes by December 12, 2025, at 4 PM ET, and can direct inquiries to Contracting Officer Marshand Boone at marshand.boone@va.gov.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.