The Department of Veterans Affairs (VA) is seeking proposals for solid waste disposal and recycling services for its VISN 5 facilities in Maryland and Washington D.C. This Request for Quotations (RFQ) outlines a Blanket Purchase Agreement (BPA) for comprehensive waste management, including municipal solid waste collection, recycling programs, and provision of necessary equipment like compactors and dumpsters. The contract emphasizes a value-engineered approach to maximize recycling and landfill avoidance, with tiered evaluations prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. Key requirements include annual waste audit reports, single-stream recycling, and on-site labor for waste collection and cleaning at major VA Medical Centers. The BPA details administrative data, pricing, ordering procedures, and performance standards, with an estimated order limit of $1,000,000 per order and a BPA expiration of March 31, 2027. Contractors must comply with all federal, state, and local regulations, and provide a comprehensive management plan outlining communication, key personnel, and problem-resolution procedures.
The Department of Veterans Affairs (VA) is seeking quotations for municipal solid waste disposal and recycling services for VISN 5, covering VA Medical Centers and Community-Based Outpatient Clinics in Washington D.C. and Maryland. This Request for Quotations (RFQ) 36C24526Q0097, set aside for tiered evaluations including SDVOSB, VOSB, and SB, will result in a single-award, firm-fixed-unit-price Blanket Purchase Agreement (BPA) with an ordering start date of April 1, 2026. Key dates include a questions due date of January 6, 2026, and a quotes due date of January 20, 2026, both at 10:00 AM ET. The solicitation references FAR Part 12.201-1 for commercial items and VAAR 819.7010 for tiered evaluations.
The Department of Veterans Affairs (VA) Network Contracting Office 5 (NCO 5) has issued a presolicitation notice for municipal solid waste and recycling services for four VA Medical Centers (VAMCs) and their associated Community-Based Outpatient Clinics (CBOCs) in Washington, DC, and Maryland. This requirement, identified by solicitation number 36C24526Q0097, will be a single-award Blanket Purchase Agreement (BPA) for a five-year ordering period, from April 1, 2026, to March 31, 2031. The solicitation will be set aside as a tiered evaluation, prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in Tier 1, Veteran-Owned Small Businesses (VOSB) in Tier 2, and all other small businesses in Tier 3, in accordance with VAAR 819.7010. Prospective offerors must be registered in the System for Award Management (SAM) database, and SDVOSBs/VOSBs/SBs must be listed in the Small Business Administration (SBA) database. The government may award the contract based on initial quotes without discussions, utilizing a firm-fixed unit price structure. The response date for this presolicitation is November 20, 2025, at 10:00 AM Eastern Time.
The Quality Assurance Surveillance Plan (QASP) for VISN 5 Municipal Solid Waste Disposal and Recycle Services outlines a systematic approach to evaluating contractor performance. This QASP details monitoring methods, responsibilities of government personnel (Contracting Officer and Contracting Officer's Representative), and performance standards. Key performance indicators include timely response to service calls for container replacement and spill cleanup, submission of monthly poundage summaries for trash/waste and recycling, and accurate monthly invoices. Surveillance methods include periodic inspections and validated user/customer complaints. Unacceptable performance will be documented, potentially leading to a Contract Discrepancy Report (CDR) and a required corrective action plan from the contractor. Performance assessment meetings will occur semi-annually, with incentives based on exceeding, meeting, or not meeting performance standards.
This government file details a comprehensive waste management and recycling program across various Veterans Affairs Medical Centers (VAMCs) and Community-Based Outpatient Clinics (CBOCs) in Maryland and Washington D.C. The contract period for these services is from April 1, 2026, to March 31, 2027. The services include rental of diverse waste and recycling containers (e.g., 2-yard to 8-yard solid waste containers, 20-yard to 40-yard roll-off dumpsters, compactors, balers, tilt carts, wheeled totes, brute containers, and slim jim recycling containers), as well as associated costs for pick-up, transportation, disposal, and processing of solid waste, construction material, industrial waste (wax), and various recyclables (e.g., pallets, tires). The document also includes provisions for emergency response and waste management/recycling program education and training, both online and onsite, at locations such as Baltimore MD VAMC, Baltimore VAMC Annex, Loch Raven VAMC, Fort Meade CBOC, E. Balt. County CBOC, Glen Burnie CBOC, Perry Point VAMC, Pocomoke City CBOC, Cambridge CBOC, and Washington DC VAMC.
The "PAST PERFORMANCE QUESTIONNAIRE" (Attachment 3) is a critical document used by government agencies like the Department of Veteran Affairs, NCO 5, to assess contractor performance. It is divided into two sections: Section A, completed by the contractor, gathers basic information such as solicitation number, project details, contractor contact information, contract award number, description of services, award date, amount, and period of performance. Section B, completed by assessors, rates the contractor's performance based on a scale of "Acceptable" (A) or "Unacceptable" (U) across key areas: Quality of Service (compliance with requirements and overall quality), Schedule (delivery within timeframes, cost control, and invoice accuracy), and Business Relations (overall business practices, working relationships, report submission, and responsiveness to complaints). Assessors must provide rationale for any unsatisfactory ratings. The questionnaire also asks if the assessor would award another contract and includes an overall performance rating. Assessors identify their role and period of involvement. This document is crucial for evaluating a contractor's past performance, informing future contract award decisions for government RFPs and grants.
This government file details solid waste, recycling, and construction material disposal services for various VA Medical Centers (VAMCs) and Community-Based Outpatient Clinics (CBOCs) across Maryland and Washington D.C. The document lists numerous waste management items, including different sizes of containers, dumpsters, compactors, balers, and specialized recycling services for pallets and tires. It also specifies equipment rentals such as tilt carts, wheeled totes, and brute containers. Each item is accompanied by quantities for equipment rental, pick-up, and disposal/processing, with many items showing zero quantities, indicating they are not currently in use or required for this specific period. Key locations covered include Baltimore MD VAMC, Loch Raven VAMC, Perry Point VAMC, Washington DC VAMC, Fisher House, and several CBOCs like Fort Meade, E. Balt. County, Pocomoke City, and Soldiers' Home. The file systematically outlines the scope of waste management needs for these federal facilities.
The document, titled "VISN 5 Facilities SCA Wage Determinations List," provides a comprehensive list of Veterans Integrated Service Network (VISN) 5 facilities, including VA Medical Centers and Community-Based Outpatient Clinics (CBOCs), along with their addresses, cities, states, zip codes, counties, and corresponding Service Contract Act (SCA) Wage Determinations (WD) numbers. The list covers facilities across Maryland, Washington D.C., Virginia, West Virginia, Ohio, and Kentucky. Each entry details the specific location and the associated SCA WD number, which is crucial for federal government contracts to ensure fair wages for service employees. The document concludes by directing users to SAM.gov for current SCA Wage Determinations, indicating its purpose is to provide a reference for wage compliance in government contracting within VISN 5.