J045--Minneapolis VAMC Grease Interceptor Service
ID: 36C26325Q0330Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 10, 2025, 8:00 PM UTC
Description

The Department of Veterans Affairs is soliciting bids for grease interceptor cleaning services at the Minneapolis VA Medical Center. The contract requires quarterly servicing of six grease interceptors to ensure compliance with federal, state, and local waste disposal regulations, including the removal of solids and liquids and thorough inspections of the interceptors. This service is critical for maintaining efficient wastewater management at the facility, supporting operational integrity and regulatory adherence. Interested vendors should contact Jeffrey Brown at Jeffrey.Brown8@va.gov or call 651-293-3009, with a total projected award amount of $16.5 million and an extended offer deadline of February 7, 2025.

Point(s) of Contact
Jeffrey BrownContracting Offcier
(651) 293-3009
Jeffrey.Brown8@va.gov
Files
Title
Posted
Jan 10, 2025, 8:11 PM UTC
The Minneapolis Department of Veterans Affairs is issuing a presolicitation notice for a Grease Interceptor Service contract at the Minneapolis VAMC. The solicitation number for this service is 36C26325Q0330, with a response deadline set for January 10, 2025, at 14:00 Central Time. The service will be performed at the Veterans Health Administration located at 1 Veterans Drive, Minneapolis, MN 55417. The contracting office, Network 23 Contracting Office, is situated at 316 Robert Street N., Ste. 506, St. Paul, MN 55101. The point of contact for this RFP is Contracting Officer Jeffrey Brown, who can be reached via email at Jeffrey.Brown8@va.gov. The notice specifies that the relevant product service code is J045 and is classified under the NAICS code 562998. This presolicitation serves to inform potential contractors about upcoming service needs related to grease interceptor maintenance and emphasizes the importance of responding by the specified deadline for consideration.
Jan 30, 2025, 8:05 PM UTC
The federal government is issuing solicitations for proposals (RFPs) concerning various projects intended to enhance public welfare. The file outlines specifics related to federal grants and state/local RFPs, focusing on funding opportunities available to eligible entities. Key aspects include eligibility criteria, funding amounts, application processes, and deadlines for submissions. Additionally, the document highlights requirements for compliance with federal regulations and performance metrics that grantees must adhere to. The overarching goal is to provide resources and support for initiatives that address critical issues such as education, infrastructure, and public health. By providing clear guidelines and structured processes, the federal government aims to foster collaboration with state and local agencies, empowering them to implement effective solutions to community challenges and improve the quality of services offered to citizens. This initiative reinforces the government's commitment to transparency and accountability in public funding.
Jan 30, 2025, 8:05 PM UTC
The document outlines specifications and requirements for a loading dock project as part of federal and local RFPs. It identifies the core elements necessary for the construction and design of the loading dock, including site layout, structural integrity, and compliance with safety and accessibility standards. The project encompasses multiple stages, such as site preparation, foundation work, and the installation of necessary equipment, ensuring that operations can efficiently accommodate freight activities. Key considerations include material specifications, dimensions, and environmental factors relevant to the dock's location. The document emphasizes adherence to local regulations and federal guidelines throughout the project lifecycle, reflecting a commitment to quality and operational effectiveness within the logistics framework. This initiative is foundational for enhancing facility operations and underscoring the importance of structured federal and state support through RFP processes.
Jan 30, 2025, 8:05 PM UTC
This document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, focusing on minimum wage and fringe benefits for federal contracts affected by Executive Orders 14026 and 13658. Applicable to contracts in Minnesota and Wisconsin, it mandates minimum wages of $17.75 per hour under EO 14026 for contracts after January 30, 2022, while requiring $13.30 per hour under EO 13658 for contracts awarded between January 1, 2015, and January 29, 2022, unless extended. The file details wage rates for various occupations, fringe benefits, and rights under the law including health and welfare provisions. It emphasizes compliance with specified wage rates and benefits for different job titles. The document also stipulates the conformance process for unlisted employee classifications and the significant obligations of contractors to ensure lawful wage payments and employee respective rights. Overall, the file serves to guide federal contractors in adhering to labor standards during contract execution.
Jan 30, 2025, 8:05 PM UTC
This document specifies the engineering details for the ZURN Z1172-UN large capacity grease interceptor, designed for efficient grease management in drainage systems. The interceptor, crafted from either acid-resistant coated steel or Type 304 stainless steel, features a robust grease capacity ranging from 900 to 1900 lbs. and accommodates various flow rates. It includes a user notification system with an electronic grease level sensor and maintenance-friendly features such as removable covers and built-in flow control. Key options for customization are available, such as the choice of materials for the interceptor's body, cover types, and additional features like the plug wrench. The document emphasizes the importance of correct installation, with recommendations for placement and attention to local codes. Additionally, it outlines the compliance with relevant plumbing codes and standards, showing the commitment to environmental and safety regulations. This specification is critical for entities looking to procure grease interceptors through government contracts, ensuring adherence to federal, state, and local requirements.
Jan 30, 2025, 8:05 PM UTC
The document outlines a solicitation by the Department of Veterans Affairs for grease interceptor cleaning services at the Minneapolis VA Medical Center. The contract requires quarterly service to maintain six grease interceptors, ensuring compliance with federal, state, and local waste disposal regulations. Each service cycle includes removing solids and liquids, inspecting the integrity of the interceptors, and reporting any issues to the VA representative. The contract includes specific requirements for safety, security, and compliance, such as providing all necessary equipment and labor, maintaining a safe work environment, and using approved waste transport methods. The service must occur during designated hours, omitting weekends and federal holidays. Key administrative details include a total projected award amount of $16.5 million, the solicitation's issue date, and specific FAR clauses incorporated by reference. The document emphasizes the importance of adhering to safety protocols and proper billing procedures while facilitating contractor compliance within VA security standards. Overall, this solicitation aims to ensure efficient wastewater management at a significant healthcare facility while supporting regulatory adherence and operational integrity.
Jan 30, 2025, 8:05 PM UTC
The document outlines an amendment to a solicitation for grease interceptor service at the Minneapolis Veteran Affairs Health Care System. The primary purpose is to extend the offer deadline to February 7, 2025, clarify vendor inquiries, and modify the Statement of Work based on those inquiries. The amended contract entails providing quarterly servicing of grease interceptors, which includes the removal of liquids and solids, providing all necessary equipment, and ensuring compliance with safety and waste disposal regulations. Key responsibilities for the contractor include using portable vacuum carts due to safety concerns, conducting thorough inspections, and adhering to security protocols while on-site. Working hours are specified as Monday through Friday, with appropriate measures to maintain a safe work environment for both the contractor’s personnel and VA staff. Overall, this amendment is part of the federal government's procurement process aimed at securing specialized services needed to ensure the operational efficiency and safety of grease interceptors at a federal facility, complying with established regulations and operational guidelines.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Off-Campus Housekeeping SDVOSB Set-Aside Solicitation
Buyer not available
The Department of Veterans Affairs is soliciting proposals for off-campus housekeeping services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover janitorial services for five buildings affiliated with the Minneapolis Veterans Health Administration, totaling approximately 110,306 square feet, with a contract period from July 1, 2025, to June 30, 2030, and options for four additional years. This procurement underscores the importance of maintaining sanitary environments in veteran healthcare facilities while providing economic opportunities for veteran-owned businesses. Interested parties should review the attached documents and respond to the solicitation instructions, with inquiries directed to Jeffrey Brown at Jeffrey.Brown8@va.gov.
F109--Underground Storage Tank Inspections | St. Louis VA HCS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a contract focused on Underground Storage Tank Inspections at the St. Louis Veterans Affairs Health Care System. The contract will be a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a ceiling of $19 million over a five-year period, including one annual ordering period, and aims to ensure compliance with federal and VA Health and Safety guidelines. This procurement is crucial for maintaining environmental safety and regulatory compliance regarding underground storage tanks, which are vital for the protection of public health and the environment. Interested contractors should note that the deadline for submitting offers is April 30, 2025, and they can direct inquiries to Contract Specialist Laura J. Ferguson at laura.ferguson@va.gov.
4235--Regulated Medical Waste Disposal FARGO VA HCS POP BASE: 07/01/2025 - 06/30/2026
Buyer not available
The Department of Veterans Affairs is soliciting proposals for regulated medical waste disposal services for the Fargo VA Health Care System, with a contract period from July 1, 2025, to June 30, 2026. The procurement aims to ensure the safe collection, transportation, treatment, and disposal of regulated medical waste, including infectious and trace chemotherapy waste, with an estimated total weight of 66,100 pounds per year. This initiative is crucial for maintaining health and safety standards within veteran care facilities, emphasizing compliance with federal, state, and local regulations regarding hazardous waste management. Interested contractors must submit their quotes by 10:00 AM CST on April 25, 2025, to the designated contracting officer, Alberta Mickells, at Alberta.Mickells@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
Y1DZ--Replace Grease Duct Canteen 610A4-25-504
Buyer not available
The Department of Veterans Affairs is soliciting bids for the replacement of the grease duct and exhaust fan in the canteen at the Northern Indiana Health Care System located in Fort Wayne, Indiana. This project, estimated to cost less than $25,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to adhere to safety standards, provide a project schedule, and ensure compliance with federal and local regulations. The procurement is crucial for maintaining operational efficiency and safety in food service areas within the facility, which serves veterans. Interested bidders must submit their proposals via email by May 26, 2025, and are required to attend a mandatory pre-bid site visit scheduled for May 9, 2025, at 2:30 PM. For further inquiries, contractors can contact Tiffany A Rausch, the Contract Specialist, at Tiffany.Rausch@va.gov.
F109--Underground Fuel Storage Tank Inspection & Maintenance - Det roit
Buyer not available
The Department of Veterans Affairs is seeking a contractor to perform underground fuel storage tank inspection and maintenance services at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for conducting quarterly and annual inspections, maintenance, calibration, and testing of six underground storage tank systems, ensuring compliance with the State of Michigan's regulations and the Petroleum Equipment Institute's national standards. These services are critical for maintaining the operational integrity and safety of the fuel storage systems, thereby mitigating environmental hazards. Interested vendors must contact Contract Specialist Morgan A. Stein at Morgan.Stein@va.gov, with a mandatory site visit scheduled for May 1, 2025, and technical inquiries due by May 7, 2025.
Y1DZ--618-25-202, Replace Chiller #4
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to replace Chiller 4 at the Minneapolis VA Health Care System, specifically in Building 69. The project involves the removal of the existing chiller and installation of a new 1,100-ton centrifugal liquid chiller, along with necessary updates to associated equipment such as pumps and filters, all while ensuring compliance with current environmental regulations. This procurement is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and has an estimated cost range between $1,000,000 and $2,000,000, with a performance period of 190 calendar days following the notice to proceed. Interested bidders must submit their proposals electronically by May 5, 2025, and can direct inquiries to Contract Specialist Trevor W Keyworth at Trevor.Keyworth@va.gov.
Grease Traps Re-Acquisition
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for grease trap cleaning services at Eielson Air Force Base (EAFB) in Alaska. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to pump, clean, inspect, repair, and maintain grease traps, ensuring compliance with local, state, and federal regulations as well as Air Force policies. This procurement is crucial for maintaining environmental standards and operational efficiency at the base, with the contract spanning from June 1, 2025, to May 31, 2030, and includes multiple option periods. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by May 5, 2025, and can contact A1C Jose Rodriguez at jose.rodriguez.165@us.af.mil or 907-377-5080 for further information.
J041--Kitchen Hood & Duct Work Cleaning Small Business Set - A- Side
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide Kitchen Hood and Duct Work Cleaning Services at the Tomah VA Medical Center, with a contract structure that includes a Base Year and four option years. The procurement requires contractors to perform annual and quarterly cleaning in compliance with NFPA 96 standards, ensuring fire safety in commercial cooking operations, which is critical for maintaining facility safety and cleanliness. Interested small businesses, particularly veteran-owned entities, are encouraged to participate, with a site visit scheduled for April 17, 2025, and proposals due shortly thereafter. For further inquiries, contractors can contact Contract Specialist Della C Bond at della.bond@va.gov.
AMENDMENT Hazardous Waste Disposal for FARGO VA HCS & CBOCs
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide hazardous waste disposal services for the Fargo VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive disposal services for various waste categories, including hazardous, non-hazardous, pharmaceutical, and specialty wastes, with a contract period spanning one base year and four option years, starting from July 1, 2025, through June 30, 2030. This initiative is critical for ensuring compliance with federal and state regulations regarding waste management, thereby safeguarding public health and environmental safety. Interested contractors must submit their quotes by email to Alberta Mickells at Alberta.Mickells@va.gov by 10:00 AM CDT on May 2, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
Amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation 36C26324R0038 0002
Buyer not available
The Department of Veterans Affairs is soliciting proposals for nursing home services under the amended 2024 Minneapolis Nursing Home Open & Continuous Solicitation (36C26324R0038 0002). The objective is to establish Indefinite Delivery Indefinite Quantity Contracts (IDIQs) for community nursing home services to support the Minneapolis VA Health Care System, with proposals accepted until December 31, 2024. This initiative is crucial for providing quality care to veterans, ensuring that facilities meet Medicare qualifications and adhere to established standards. Interested offerors must register in the System for Award Management (SAM) and submit proposals via email to the designated contact, Matthew Rose, at matthew.rose3@va.gov, by the extended deadline of July 31, 2025. The total estimated award amount is approximately $34 million, with multiple contracts anticipated.