Minneapolis VAMC Grease Interceptor Service Solicitation
ID: 36C26325Q0330Type: Solicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    S222--Grease Tank Maintenance Services| Corporal Michael J. Crescenz (Philadelphia) VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Grease Tank Maintenance Services at the Corporal Michael J. Crescenz (Philadelphia) VA Medical Center. This procurement involves a firm fixed-price contract for preventive maintenance services, including cleaning grease tanks, floor drains, and sewer lines, with a contract period spanning from February 1, 2026, to January 31, 2031, consisting of a one-year base period and four one-year options. These services are crucial for maintaining the facility's waste management systems and ensuring compliance with health and safety regulations. Interested parties must submit their quotes by December 30, 2025, and direct any inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov.
    J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for plumbing and pipefitting inspection and repair services across various VA Medical Centers in VISN 1. The BPA will facilitate the issuance of individual Task Orders for a range of services, including general plumbing, pipefitting, and emergency response, with contractors required to provide 24/7 emergency services and adhere to strict response times. This procurement is critical for maintaining the operational integrity of medical facilities, ensuring that plumbing systems are functional and compliant with health standards. Interested vendors must contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details, and proposals must comply with various regulatory requirements, including those for Service-Disabled Veteran-Owned Small Businesses.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide irrigation maintenance services at Fort Snelling National Cemetery under the solicitation number 36C78626Q50027. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base year with four option years, with a guaranteed minimum of $5,000 and a maximum aggregate value of $600,000. The contractor will be responsible for systematic irrigation system startup, repair, and winterization, ensuring minimal disruption to cemetery operations while maintaining the dignity and respect of the site. Proposals are due by December 19, 2025, at 12:00 PM CST, with a mandatory site visit scheduled for December 11, 2025. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details.
    36C78626Q50027 Irrigation Services Ft. Snelling National Cemetery -- S208
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide irrigation services at Fort Snelling National Cemetery in Minneapolis, Minnesota. The procurement aims to ensure the maintenance and proper functioning of irrigation systems within the cemetery grounds, which is essential for preserving the landscape and honoring the site’s significance. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) under the NAICS code 561730, which pertains to Landscaping Services. Interested parties should contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov for further details regarding the solicitation process.
    J061--Generator Maint
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Caterpillar Generator Maintenance services at the Minneapolis VA Health Care System. This procurement is a total Small Business set-aside, requiring qualified contractors to provide preventative maintenance, OEM parts, and certified technicians for comprehensive inspections, oil and filter changes, cooling system maintenance, and valve train adjustments. The contract includes a base year from February 1, 2026, to January 31, 2027, with the possibility of two option years, emphasizing compliance with various FAR and VAAR clauses, including limitations on subcontracting. Interested offerors must submit quotes and technical questions via email to Contract Specialist Robert Bennett by December 16, 2025, and quotes are due by December 23, 2025, at 4:00 PM.
    Waste Disposal Services at Ft. Sill National Cemetery
    Veterans Affairs, Department Of
    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.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    J041--Ice machine cleaning and sanitizing
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 21, is seeking qualified vendors to provide ice machine cleaning and sanitizing services at the VA Central California Health Care System located in Fresno, California. The procurement includes quarterly cleaning and sanitizing of 19 ice machines, semi-annual water filter replacements, annual preventive maintenance, and emergency maintenance, with a requirement for contractors to have at least two years of relevant experience and licensed HVAC professionals on staff. This service is crucial for maintaining hygiene and operational efficiency in healthcare settings, ensuring the safety of ice production for patient care. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, must respond with their company information and experience by December 18, 2025, at 12:00 PM PST, and can contact Contracting Officer Lacy Morgan at Lacy.Morgan@va.gov for further details.
    657-26-201 Seal Inpatient Restroom Floors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified firms to undertake the project titled "657-26-201 Seal Inpatient Restroom Floors" at the Saint Louis City, Missouri VA Medical Center. The objective of this procurement is to replace flooring materials in approximately 30 inpatient restrooms, including the installation of epoxy-based sealants and the removal of existing materials, covering around 3,500 square feet. This project is crucial for maintaining the facility's hygiene and safety standards, particularly in high-use areas such as restrooms and dialysis rooms. Interested parties must submit their capability statements via email to Gislaine Dorvil by December 23, 2025, at 2:00 PM CST, with an anticipated project magnitude between $250,000 and $500,000. Additionally, potential offerors must be registered in the System for Award Management (SAM) and verified as Service-Disabled Veteran-Owned Small Businesses to be eligible for the award.
    H391--Underground Storage Inspection & Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide underground and aboveground storage tank inspection and maintenance services for the VA Northern Indiana Healthcare System, specifically at the Marion and Fort Wayne campuses. The procurement involves comprehensive services including compliance checks, leak detection, and maintenance in accordance with Indiana's Storage Tank Rules and other applicable regulations. This contract, which includes a base year and four option years, is critical for ensuring the safety and compliance of the VA's fuel storage systems. Interested vendors must submit their quotes by January 5, 2026, at 1 PM EST, and direct any questions to Contract Specialist Tiera Sims at tiera.sims@va.gov by December 17, 2025, at 3 PM EST.