This solicitation, 36C25026Q0172, issued by the Department of Veterans Affairs, Network Contracting Office - NCO 10, is a Request for Quotation (RFQ) for solid waste and recycling services for VA Medical Facilities in Southern Ohio, specifically Chillicothe, Cincinnati, Columbus, and Dayton. The procurement is set aside for Small Businesses (SBA) with a NAICS code of 562111 (Solid Waste Collection) and a small business size standard of $47.0 Million. The contract has a guaranteed minimum of $40,000.00 for the initial fiscal year and a maximum total value of $3,250,000.00 over the base year and all options. The contract period for the base year is April 1, 2026, to March 31, 2027, with two additional option years extending to March 31, 2029. Services include solid waste disposal, recycling, container rental, haul fees, and on-call/emergent pickups, with detailed item information and estimated quantities provided for each facility across the base and option years. Offerors must provide pricing using the
The Department of Veterans Affairs (VA) has issued an amendment to Solicitation Number 36C25026Q0172 for Solid Waste and Recycling services at VA Medical Facilities in Southern Ohio (Dayton, Chillicothe, Columbus, and Cincinnati). This amendment clarifies industry questions regarding the requirement, which is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, not a Blanket Purchase Agreement (BPA), with task orders issued annually. Key clarifications include identifying Hamilton Alliance (contract 36C25022P0651) as the incumbent, confirming the Dayton Building 330 compactor is government-owned, and specifying that proposals must cover all sites. The amendment also details subcontracting limitations, clarifies
The document, Appendix B, is a Vendor Acknowledgment and Concurrence Table for Solicitation No. 36C25026Q0172. Its purpose is to ensure vendors acknowledge and agree to the terms, conditions, and any amendments of a government solicitation. Vendors must complete a table indicating concurrence (Yes/No) for the original solicitation and all subsequent amendments, providing an authorized signature and date. The form requires the company name, SAM UEI, and point of contact. Failure to acknowledge all amendments or indicate concurrence may lead to proposal rejection. This document is crucial for maintaining transparency and compliance in the federal procurement process.
The Department of Veterans Affairs, Network Contracting Office 10, is seeking a source for solid waste and recycling services for its Chillicothe, Cincinnati, Columbus, and Dayton, Ohio VA Facilities. This document outlines a Past Performance Questionnaire (PPQ) to evaluate offerors' capabilities. The PPQ gathers detailed information on past contracts, including identification, customer details, and performance ratings across various criteria such as management, quality control, problem-solving, scheduling, and overall performance. Respondents are asked to provide supporting information for their ratings, indicate if cure or show cause notices were issued, and state if they would award another contract to the offeror. The questionnaire also includes sections on compliance with Small Business Subcontracting Plans and Utilization of Small Business Concerns, if applicable. Responses are requested by January 1, 2026, 1:30 PM EST, to facilitate the source selection process.
The document outlines pricing and service details for solid waste disposal and recycling services across multiple VA Medical Centers and Ambulatory Care Centers for a base year (2026-2027) and three option years (2027-2030). It specifies the calculation of SLIN and CLIN pricing, emphasizes that only Column J is editable for pricing, and warns that failure to price all line items will lead to an incomplete and ineligible submission. Placeholder pricing of $.01 is used for formatting, not as a suggested rate. Services include disposal, recycling, and various container rentals and haul fees for specific container types and sizes, with detailed service frequencies and locations within Chillicothe, Chalmers P. Wylie (Columbus), Cincinnati, Ft. Thomas, and Dayton VA facilities.