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 qualified contractors 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. This contract, which will commence on April 1, 2025, and conclude on March 31, 2030, is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of compliant waste management services to ensure the health and safety of patients and staff. Interested parties must submit their responses by March 26, 2025, at noon Central Time, and can direct inquiries to Contracting Officer Scott Sands at Scott.Sands2@va.gov or by phone at (414) 844-4800.

    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.
    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
    S205--New: 5-Year Ordering Period Contract (4/1/2025 - 3/31/2030) Solid Waste and Recycling Collection and Disposal Services at the Illiana Health Care System in Danville, Illinois.
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for a five-year ordering period contract for solid waste and recycling collection and disposal services at the Illiana Health Care System in Danville, Illinois. The procurement aims to ensure effective waste management, including the provision of containers, scheduled waste pickups, and compliance with safety regulations, while adhering to legal and environmental standards. This Indefinite Delivery Indefinite Quantity (IDIQ) contract has an estimated total award amount of $47 million, covering five priced periods from April 1, 2025, to March 31, 2030. Interested parties should contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov for further details and adhere to the specified timelines for site visits and proposal submissions.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for pharmaceutical and hazardous waste removal services at the Marion VA Medical Center and the Evansville Health Care Center. This procurement is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and includes services such as monthly and bi-monthly waste pick-up, employee training, and 24/7 emergency spill response. The initiative is crucial for ensuring compliance with federal regulations regarding hazardous waste management, thereby enhancing environmental safety in healthcare settings. Interested vendors must submit their quotes by March 14, 2025, and can contact Contracting Officer Lisa A. Buchanan at lisa.buchanan1@va.gov or 913-946-1990 for further information.
    4235--FARGO VA & CBOCs Regulated Medical Waste Disposal POP BASE: 04/01/2025 - 12/31/2025
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the collection, transport, treatment, and disposal of regulated medical waste (RMW) at the Fargo VA Medical Center and associated Community Based Outpatient Clinics (CBOCs). The procurement aims to ensure compliance with regulatory requirements while maintaining safety in medical waste management, with a contract period set for one base year from April 1, 2025, to December 31, 2025, and the possibility of four renewable option years. This service is critical for the proper handling of hazardous waste, which is essential for the health and safety of both patients and staff. Interested contractors must provide detailed company information, including qualifications and experience, and can contact Contracting Specialist Alberta Mickells at Alberta.Mickells@va.gov or 402-995-3081 for further details.
    S222--Regulated Medical Waste and Reusable Sharps Removal-630 NYH (VA-25-00009117)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for regulated medical waste (RMW) removal and disposal services across various campuses of the New York Harbor Healthcare System. The procurement requires contractors to collect, transport, and dispose of RMW, including sharps and pharmaceutical waste, in compliance with all applicable federal, state, and local regulations, while ensuring proper waste containment and adherence to safety protocols. This contract, valued at approximately $47 million, emphasizes the importance of environmental compliance and safe handling of hazardous materials, with service frequency varying by location to accommodate regular pickups from medical facilities and outpatient clinics. Interested parties should contact Contracting Officer Michelle Harsch at michelle.harsch@va.gov for further details.
    Hines VA Hospital Janitorial Services (2/1/25-1/31/26
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
    S205--Solid Waste Removal Base Plus Four Option Years POP: 04/01/2025 - 03/31/2030 Questions and Answers Amendment
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for solid waste removal services at the George E. Wahlen Medical Center in Salt Lake City, Utah, under a contract that spans from April 1, 2025, to March 31, 2030, with four optional years. The contractor will be responsible for comprehensive solid waste management, including collection, disposal, recycling, and compliance with all relevant regulations, while also providing staff training and maintaining waste management metrics. This procurement is crucial for ensuring effective waste management practices in a healthcare setting, supporting the facility's operational needs while promoting environmental standards. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 11, 2025, at 3:30 PM Central Time, with an estimated total award amount of $47 million. For inquiries, contact Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    S222--598-25-3-8723-0040 Title of Project: Hazardous and Nonhazardous waste removal & disposal
    Buyer not available
    The Department of Veterans Affairs is seeking a qualified contractor for the collection, sorting, packaging, and disposal of hazardous and nonhazardous waste, including pharmaceuticals, at the Central Arkansas Veterans Healthcare System. The contractor will be responsible for ensuring environmentally compliant disposal methods in accordance with federal, state, and local regulations, with services required at both the John L. McClellan Memorial Hospital and the Eugene Towbin Medical Center. This procurement is particularly significant as it emphasizes the safe handling and disposal of various waste types, including histopathology waste and organic solvents, while adhering to strict EPA guidelines. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by the specified deadline, and for further inquiries, they can contact Contracting Officer Arlene A. Blade at arlene.blade@va.gov or (318) 466-4281.
    S205--NEW: Solid Waste Removal | 504 | BASE + OPTIONS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a solid waste removal contract at the Thomas E. Creek VA Medical Center in Amarillo, Texas, designated as solicitation number 36C25725Q0297. The contract, valued at approximately $47 million over five years, includes one base year and four optional extensions, and requires the contractor to manage the collection and disposal of solid waste while ensuring compliance with federal and local regulations. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), promoting small business participation in federal contracting. Proposals are due by March 10, 2025, with a pre-bid site visit scheduled for February 26, 2025; interested parties can contact Contracting Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-992-3721 for further information.
    Roll-off Waste Container Removal Services - Birmingham VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide roll-off waste container removal services at the Birmingham VA Medical Center in Alabama. The contract requires the contractor to furnish equipment and labor for bi-weekly pickup of construction waste containers, while ensuring compliance with relevant regulations; however, hazardous and household waste removal are excluded from this scope. This procurement is crucial for maintaining efficient waste management practices at the facility and supports the VA's commitment to engaging service-disabled veteran-owned small businesses (SDVOSBs). The total award amount is approximately $47 million, with the base contract lasting one year and four potential one-year options, starting on September 30, 2025. Interested parties should contact Michael Barton at Michael.barton@va.gov for further details.
    4235--FARGO VA & CBOCS Service - Hazardous Waste Disposal
    Buyer not available
    The Department of Veterans Affairs is seeking vendors for hazardous waste disposal services at the Fargo VA Medical Center and its associated outpatient clinics in North Dakota and Minnesota. The procurement aims to identify qualified businesses capable of collecting, transporting, treating, and disposing of hazardous medical waste, with a focus on compliance with environmental regulations and safety standards. This presolicitation notice is part of the VA's commitment to environmentally sound waste management practices, and responses from interested vendors, including Service-Disabled Veteran-Owned Small Businesses, are requested by March 13, 2025. For further inquiries, interested parties may contact Contract Specialist Alberta Mickells at Alberta.Mickells@va.gov or by phone at 402-995-3081.