S222--Grease Tank Maintenance Services | Corporal Michael J. Crescenz (Philadelphia) VA Medical Center
ID: 36C24426Q0124Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

All Other Miscellaneous Waste Management Services (562998)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Grease Tank Maintenance Services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, PA. The procurement involves a firm fixed-price contract for preventive maintenance services, including cleaning grease tanks, floor drains, and sewer lines, with a contract period from February 1, 2026, to January 31, 2031, consisting of a base year and four option years. These services are crucial for maintaining sanitary conditions and compliance with federal, state, and local regulations, ensuring the facility operates safely and efficiently. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their proposals by January 16, 2026, at 10:00 AM ET, and can direct inquiries to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov or by phone at 717-222-0417.

    Point(s) of Contact
    Stephanie McFadden, Contracting OfficerContracting Officer
    (717) 222-0417
    stephanie.mcfadden@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined solicitation, 36C24426Q0124, for Grease Tank Maintenance Services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia. The primary purpose of this amendment is to add a site visit for prospective offerors, scheduled for Wednesday, January 7, 2026, at 10:00 AM ET. Interested vendors must email their name, the attendee's name and email address, and a signed copy of the amendment to stephanie.mcfadden@va.gov by 10:00 AM ET on Tuesday, December 23, 2025. Additionally, the due date for responses to the solicitation has been extended from December 30, 2025, to January 16, 2026, at 10:00 AM ET. All other terms and conditions of the original solicitation remain unchanged.
    This amendment to solicitation 36C24426Q0124 for Grease Tank Maintenance Services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia updates Attachment F, specifically section E.4 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). The key change is the removal of “Professional Qualification and Experience of Key Personnel” as an evaluation factor. This factor previously required offerors to submit resumes of key personnel, detailing their qualifications, experience, and certifications. All other terms and conditions of the original solicitation remain unchanged. The response date for the solicitation is January 16, 2026, at 10:00 AM Eastern Time.
    This document is an amendment to a previous combined solicitation, 36C24426Q0124, for Grease Tank Maintenance Services at the Corporal Michael J. Crescenz (Philadelphia) VA Medical Center. The primary purpose of this amendment is to update the Statement of Work (SOW), which is provided in the attached document "ATTACHMENT C - SOW Updated - Grease Tank Maintenance." All other terms and conditions of the original solicitation remain unchanged. The due date for responses is still January 16, 2026, at 10:00 AM Eastern Time, New York, USA. This solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). The contracting office is located in Pittsburgh, PA, and the point of contact is Stephanie McFadden.
    This Combined Synopsis/Solicitation Notice, 36C24426Q0124, is a Request for Quotation (RFQ) for Grease Tank Maintenance Services at the Corporal Michael J. Crescenz (Philadelphia) VA Medical Center. It is a set-aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) with a NAICS code of 562998 and a small business size standard of $16.5 million. The contract period is from February 1, 2026, to January 31, 2031, including a one-year base and four one-year options. Offers are due by December 30, 2025, at 1:00 PM ET, and questions by December 17, 2025, at 1:00 PM ET, both to be submitted via email to stephanie.mcfadden@va.gov. Evaluation will be a comparative assessment, focusing on technical capability, past performance, key personnel qualifications, and price, with offerors needing to be registered in SAM.gov. Offerors must submit a capability statement and past performance references.
    This government RFP details a comprehensive waste management services contract spanning a base year and four option years, from February 2026 to January 2031. Services include quarterly cleaning of two large exterior grease tanks (1000 and 1200 gallons) at Building #2 and CLC Nursing Home Building #30. Monthly services involve cleaning three 40-gallon interior grease tanks at Canteen Building #1 and one 20-gallon interior grease tank at Snyder House, along with associated drain jetting. Semi-annual services include jetting five floor drains at CLC Nursing Home Building #30. Annual services encompass jetting sewer lines and manholes at CLC Building #30, pumping sand traps and storm drains at the Employee Garage, and extensive outside sewer and storm drain jetting along Building #1. The contract falls under NAICS code 562998 (All Other Miscellaneous Waste Management Services) and Product/Service Code S222 (Housekeeping - Waste Treatment/Storage).
    The document outlines a multi-year delivery schedule for items 0001-0007, 1001-1007, 2001-2007, 3001-3007, and 4001-4007 to the Department of Veterans Affairs, Corporal Michael J Crescenz VA Medical Center at 3900 Woodland Avenue, Philadelphia, PA 19104. Each set of items has a quantity of 4.00 and is to be marked for Jordan Small (215-823-5800x207367, jordan.small@va.gov). The delivery dates are staggered annually, beginning February 1, 2026, and concluding January 31, 2031, with each period covering one year. This schedule indicates a recurring need for specific items over a five-year period, managed by the same contact person at the VA Medical Center.
    The Corporal Michael J. Crescenz (Philadelphia) Veterans Affairs Medical Center (CMC VAMC) requires a firm fixed-price contract for Grease Tank Preventive Maintenance Services. The contract includes a one-year base period (February 1, 2026 – January 31, 2027) and four one-year option periods, extending through January 31, 2031. The vendor will provide manpower, materials, and equipment to clean grease tanks, floor drains, lines, sewers, and storm lines at the CMC VAMC, the Continuing Life Center (CLC), and the Snyder House. Services include water jetting sanitary and storm sewer lines, pumping and cleaning grease tanks, traps, and lines, as well as cleaning employee garage sand traps. Cleaning intervals vary by location and equipment, ranging from monthly for some grease tanks to annually for sewer mains and manholes. The contractor must provide written reports within 10 business days of each visit, detailing results and recommendations, and immediately report any unsafe conditions. Contractor employees must wear identifiable uniforms, and the contractor is responsible for collection, transportation, and disposal, adhering to all federal, state, and local regulations. Work hours are typically after 4:30 PM ET on weekdays or Saturdays from 6:00 AM to 4:00 PM ET, with specific times for the Snyder House. A service schedule must be provided 15 days in advance.
    The Corporal Michael J. Crescenz (Philadelphia) Veterans Affairs Medical Center (CMC VAMC) requires a firm fixed-price contract for Grease Tank Preventive Maintenance Services from February 1, 2026, to January 31, 2031, including a base year and four option years. The contract encompasses cleaning grease tanks, floor drains, lines, sewers, and storm lines at the CMC VAMC, the Continuing Life Center (CLC), and the Snyder House. Services include water jetting sanitary and storm sewer lines, pumping and cleaning grease tanks, traps, and lines, and cleaning employee garage sand traps. Specific cleaning intervals are detailed for various grease tanks and drains across the locations, ranging from monthly to annually. The contractor must provide written reports after each visit, report unsafe conditions immediately, ensure employees are identifiable, and hold valid State certifications. All work must conform to federal, state, and local regulations and best management practices for spill risk. Work hours are restricted to weekdays after 4:30 PM ET or Saturdays from 6:00 AM to 4:00 PM ET, with specific timings for certain locations and services. A schedule of visits must be provided 15 days prior to inspection, with rescheduling permitted for adverse weather.
    This document outlines the contract administration and payment procedures for a government contract. It specifies that contract administration will be handled by designated government personnel, Nicholas Guzenski (Contracting Officer) and Stephanie McFadden (Contract Specialist), with the contractor's details to be completed. Payments will be made electronically via the System For Award Management. Invoices are to be submitted monthly, upon receipt, inspection, and acceptance by the Government, and sent electronically to the Austin Payment Center, Department of Veterans Affairs. The document also includes a section for acknowledging amendments to the solicitation.
    This government file, 36C24426Q0124, outlines contract clauses for federal acquisitions, emphasizing restrictions on specific products, services, and entities to protect national security and government interests. Key prohibitions include the use of covered applications like TikTok, Kaspersky Lab products, and certain telecommunications equipment from companies like Huawei and ZTE. It also restricts unmanned aircraft systems from American Security Drone Act-covered foreign entities. The document details prohibitions related to Office of Foreign Assets Control sanctions, particularly concerning transactions with Cuba, Iran, and Sudan. Contractors must conduct reasonable inquiries to ensure compliance, promptly report any non-compliance within 72 hours, and review the System for Award Management (SAM) quarterly for new exclusion orders. The clause mandates flow-down requirements to subcontractors, ensuring broad adherence to these security and trade restrictions.
    This government solicitation (36C24426Q0124) outlines the terms and conditions for prospective offerors, incorporating various federal acquisition regulations by reference. Key provisions include certifications regarding payments to influence federal transactions, prohibitions on contracting with entities requiring certain confidentiality agreements, and requirements for System for Award Management (SAM) registration. A significant section details security prohibitions and exclusions, particularly concerning covered telecommunications equipment and services, as well as restrictions on business operations in Sudan and Iran due to sanctions. Offerors must represent their compliance or disclose non-compliance within 72 hours. The document also specifies protest procedures, directing inquiries to Nicholas Guzenski via email. Evaluation criteria for awards include technical capability, past performance, professional qualifications of key personnel, and price, with the government reserving the right to consider offers that exceed minimum requirements.
    This government file outlines solicitation provisions and evaluation criteria for federal contracts, incorporating several FAR and VAAR clauses by reference. Key provisions address certifications and disclosures regarding payments to influence federal transactions, prohibitions on contracting with entities requiring certain confidentiality agreements, and the System for Award Management. Significant emphasis is placed on security prohibitions and exclusions, including detailed definitions related to telecommunications equipment, business operations in Sudan, and sensitive technology concerning Iran. Offerors must make representations and certifications regarding compliance with these prohibitions and disclose any non-compliance. The document also specifies procedures for serving protests and details the evaluation factors for commercial products and services: Technical Capability, Past Performance, and Price, with an emphasis on demonstrated experience and adherence to requirements.
    This government file, Wage Determination No. 2015-4233, Revision No. 34, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in Delaware and Philadelphia Counties, Pennsylvania, effective July 8, 2025. It details compliance requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) based on contract award dates, and paid sick leave requirements under EO 13706. The document provides a comprehensive list of wage rates for various occupations across different sectors, including administrative, automotive, food service, healthcare, and technical roles. It also specifies benefits such as health and welfare, vacation, and holidays, along with guidelines for hazardous pay, uniform allowances, and procedures for conforming unlisted job classifications.
    Lifecycle
    Similar Opportunities
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for grease trap vault cleaning services at the Oklahoma City VA Health Care System. The procurement involves monthly cleaning of outdoor underground and kitchen grease trap vaults, with a base contract period from March 1, 2026, to February 28, 2027, and four optional one-year extensions. This contract, valued at $16.5 million and set aside for Service-Disabled Veteran-Owned Small Businesses, emphasizes compliance with safety regulations and detailed service reporting. Interested offerors must acknowledge receipt of the latest amendment and submit their proposals by January 14, 2026, following a scheduled site visit on January 8, 2025. For further inquiries, contact Tiffani S Perkins at Tiffani.Perkins@va.gov.
    S201--VANIHCS Hood Cleaning
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide kitchen hood, ductwork, and fan cleaning services at the VA Northern Indiana Health Care System (VANIHCS) Marion and Fort Wayne Campuses. The contract requires semi-annual and annual cleaning services, specifically scheduled for May and October, to ensure compliance with NFPA 96 and OSHA standards, and to maintain critical kitchen ventilation systems. Interested contractors must have certified Field Service Technicians with relevant experience and certifications, and the solicitation includes a base period with four option years, with a total estimated contract value subject to the size standard of $22 million for Janitorial Services (NAICS code 561720). The deadline for proposals is January 22, 2026, and site visits are scheduled for January 14 and 15, 2026; for further inquiries, contact Contract Specialist Kristina L Peart at kristina.peart@va.gov.
    Grease Trap Cleaning Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for grease trap cleaning services at Beale Air Force Base (AFB) in California. The contract requires both scheduled quarterly and unscheduled cleaning services for six underground grease traps across five facilities, ensuring compliance with local, state, and federal regulations while preventing blockages and odors in the kitchen’s wastewater system. This non-personal service contract, valued at approximately $16.5 million, includes a base period from February 1, 2026, to January 31, 2027, with four optional one-year extensions, and proposals are due by January 9, 2026, at 10:00 AM PST. Interested parties should contact Teresa Romig at teresa.romig@us.af.mil or SSgt Jacob Duderstadt at jacob.duderstadt@us.af.mil for further information.
    J065--Philadelphia VAMC - Reverse Osmosis Water Purification PM&R Service Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4 (NCO4), intends to award a sole-source contract to Evoqua Water Technologies, LLC for preventative maintenance and repair services for the Reverse Osmosis Water Purification System at the Philadelphia VA Medical Center. This procurement aims to establish a firm-fixed-price, five-year Blanket Purchase Agreement (BPA) to ensure the reliable operation of critical water purification equipment essential for patient care. Interested vendors capable of providing these services must submit a one-page capability statement by January 14, 2026, at 10:00 AM EST, to Contract Specialist Emily Hall at emily.hall5@va.gov. The NAICS code for this opportunity is 811210, with a small business size standard of $34.0 million, and the PSC code is J065.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract requires a comprehensive range of services, including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on maintaining operational efficiency and safety of critical heating and cooling systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and note that the deadline for proposal submissions has been extended to January 14, 2026, at 1:00 PM CST.
    Data Room Cleaning located at the Wilkes Barre PA VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for a firm fixed-price service contract for the quarterly cleaning of a 1500 square foot Data Room at the Wilkes-Barre VAMC in Pennsylvania. The objective of this procurement is to maintain an optimal operating environment by preventing dust accumulation and contamination that could affect sensitive electronic equipment. The contractor will be responsible for providing all necessary personnel, equipment, and supplies to perform cleaning services in accordance with high industry standards, including specialized HEPA-filtered vacuuming and the use of anti-static cleaning agents. Interested vendors must submit their quotations by January 14, 2026, at 4:00 PM Eastern Time to Richard Taylor at Richard.taylor56@va.gov, with the anticipated contract performance starting on or about February 23, 2026.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    HVAC Grilles, Registers, and Diffusers Cleaning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking proposals for HVAC Grilles, Registers, and Diffusers Cleaning Services at the Wilmington VA Medical Center in Delaware. The contract entails semi-annual cleaning of approximately 2,714 grilles, registers, and diffusers, along with 580 fan coil unit supply vents, under a five-year, firm-fixed-price Indefinite-Delivery/Indefinite-Quantity (ID-IQ) arrangement, adhering to NADCA standards and various safety regulations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses, with proposals due by January 19, 2026, at 4:00 PM EST, and questions accepted until January 13, 2026. Interested parties should contact Christina Gennaoui at christina.gennaoui@va.gov for further information.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) AMENDMENT 0001
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling services specifically for its VISN 5 facilities located in Washington D.C. and Maryland. The procurement aims to establish comprehensive waste management solutions, including solid waste collection, recycling programs, and the provision of necessary equipment such as compactors and dumpsters, with a strong emphasis on maximizing recycling and minimizing landfill use. This opportunity is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a tiered evaluation process prioritizing these businesses. Interested vendors must submit their questions by January 12, 2026, and proposals by January 20, 2026, with the contract period commencing on April 1, 2026, and lasting until March 31, 2027. For further inquiries, vendors can contact Contracting Officer Darren G. Morris at darren.morris2@va.gov.