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
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 11:00 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
J045 - Storm Drain Water System Clean Out, Seattle and American Lake Veterans Affairs
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the cleaning and maintenance of stormwater systems at the Seattle and American Lake Veterans Affairs Medical Centers. The procurement involves a base contract period from June 16, 2025, to June 15, 2026, with four optional renewal years, totaling an estimated contract value of $16.5 million. The selected contractor will perform bi-annual cleanings and maintenance of stormwater management systems to ensure compliance with environmental regulations, while minimizing disruption to hospital operations. Interested parties must be certified as service-disabled veteran-owned small businesses (SDVOSB) and submit their proposals, including past performance questionnaires, by April 16, 2025, at 5:00 PM PT. For further inquiries, contact Danielle Carrico at danielle.carrico@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 St. CLOUD VA Health Care System
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide regulated medical waste (RMW) and trace chemotherapy waste disposal services for the St. Cloud VA Health Care System. The procurement involves the collection, transportation, treatment, and disposal of infectious and hazardous waste over a base year and four optional years, commencing on July 1, 2025. This contract is crucial for ensuring safe disposal practices that comply with federal health and environmental regulations, supporting the VA's commitment to community health and sustainability. Interested vendors must submit their responses by April 16, 2024, at 10:00 AM Central Time to Mrs. Alberta Mickells, Contract Specialist, at Alberta.Mickells@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--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.
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.
S299--Interior/Exterior Window Cleaning for VASNHS
Buyer not available
The Department of Veterans Affairs (VA) is soliciting bids for semi-annual interior and exterior window cleaning services at the VA Southern Nevada Healthcare System, with a contract value of $22 million. The procurement requires comprehensive cleaning across multiple buildings, adhering to safety, environmental, and operational protocols, while ensuring compliance with standards set by regulatory bodies such as OSHA and JCAHO. This contract emphasizes the importance of maintaining facility standards and supports small businesses in the procurement process. Interested contractors should direct inquiries to Contract Specialist Timothy A. Smith at Timothy.Smith9de3@va.gov, with the deadline for questions set for April 14, 2025, and the solicitation response due by April 21, 2025.
F109--Underground Fuel Storage Tank Inspection & Maintenance - Det roit
Buyer not available
The Department of Veterans Affairs is seeking quotes for the inspection and maintenance of underground fuel storage tanks at the John D. Dingell VA Medical Center in Detroit, Michigan. This procurement aims to ensure the safety and compliance of the facility's fuel storage systems, which are critical for operational efficiency and environmental protection. The contract will be a firm-fixed price arrangement for a base year, with four additional one-year option periods, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 237120, with a size standard of $45 million. Interested parties must submit their quotes by April 21, 2025, at 12:00 PM Eastern Time, and can direct inquiries to Contracting Officer Morgan Stein at Morgan.Stein@va.gov or by phone at 303-273-5273.
V112--612-25-3-6149-0042 | 36C261-25-AP-1900 | Waste management | 36C26124P0864
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Waste Management for the collection and disposal of solid waste and recyclable materials services at the VA Northern California Health Care System. The contract is necessitated by Waste Management's exclusive franchise agreements in the cities of Sacramento, McClellan, Sonora, and Stockton, which restrict other companies from providing these services in the designated areas. This procurement is crucial for ensuring compliance with federal, state, and local regulations regarding waste management, emphasizing health, safety, and sustainability in government operations. Interested parties must submit their capability statements by April 25, 2025, to the Contract Specialist, Parmpreet Pannu, at parmpreet.pannu@va.gov, and must be registered in the System for Award Management (SAM) to be considered.
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 starting from July 1, 2025, through June 30, 2030, including one base year and four option years. 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 May 2, 2025, and direct any technical questions to Contracting Specialist Alberta Mickells at alberta.Mickells@va.gov.