S205--Waste and Refuse collection services
ID: 36C25626Q0108Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Solid Waste Collection (562111)

PSC

HOUSEKEEPING- TRASH/GARBAGE COLLECTION (S205)

Set Aside

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

    The Department of Veterans Affairs is soliciting proposals for waste and refuse collection services for the Gulf Coast Veterans Health Care System, which includes facilities in Biloxi, MS, and outpatient clinics in Mobile, AL, Pensacola, FL, and Panama City, FL. The contractor will be responsible for providing all necessary personnel, equipment, and vehicles to collect and dispose of general refuse and bulk waste, ensuring compliance with federal, state, and local regulations, including OSHA and EPA guidelines. This contract is crucial for maintaining sanitary conditions at healthcare facilities serving veterans, with a base period from December 1, 2025, to November 30, 2026, and four one-year option periods thereafter. Interested parties must submit their proposals by November 14, 2025, at 10:00 AM CT, and can direct inquiries to Contracting Officer Danette R Impey at Rene.Impey@va.gov.

    Point(s) of Contact
    D. Rene' ImpeyContracting Officer
    (228) 523-4747
    rene.impey@va.gov
    Files
    Title
    Posted
    This amendment (36C25626Q0108) from the Department of Veterans Affairs, Gulf Coast Veterans Health Care System, extends the deadline for offers to November 21, 2025, at 10:00 AM CST. Its purpose is to address all submitted questions and revise the Statement of Work (SOW). The solicitation focuses on solid waste collection services, including container provision, servicing, rental, and cleaning, as well as additional pull/services for various container types (8-yard, 30-yard, 40-yard compactors, open tops, and VA-owned portable containers) across Biloxi, MS Campus, Mobile, AL, and Pensacola, FL Outpatient Clinics. The contract includes a base period from December 1, 2025, to November 30, 2026, and four one-year option periods extending through November 30, 2030. Services also include monthly steam cleaning of contractor-owned compactors and additional cleaning for specific containers in Biloxi. The primary NAICS code is 562111 (Solid Waste Collection), and the product/service code is S205 (Housekeeping - Trash/Garbage Collection).
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, has issued a presolicitation notice for waste and refuse collection services, including bulk waste disposal, for the Gulf Coast Veterans Health Care System in Biloxi, MS. This requirement, identified by Solicitation Number 36C25626Q0108, is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBC). The NAICS code for this procurement is 562111, with a business size standard of $47.0M. Interested parties must be registered, active, and verified in SAM, SBA VetCert, and Vet 4212 to be considered for award. This notice is for informational purposes only; proposals or quotes are not being accepted at this time. A solicitation package will be released later. The response date is October 31, 2025, at 10:00 am Central Time.
    The Department of Veterans Affairs (VA) is soliciting proposals for refuse collection and disposal services for the Gulf Coast Veterans Health Care System in Biloxi, MS, and its outpatient clinics in Mobile, AL, Pensacola, FL, and Panama City, FL. The contract, identified by solicitation number 36C25626Q0108, is a 100% Small Business set-aside under NAICS code 562111 with a $47 million size standard. The contractor will be responsible for providing all necessary personnel, tools, materials, equipment, and vehicles for waste and bulk waste collection, dumpster maintenance, and off-facility disposal in compliance with federal, state, and local regulations, including OSHA and EPA guidelines. The contract includes a base period from December 1, 2025, to November 30, 2026, with four subsequent 12-month option periods. Key requirements include scheduled and on-call services, handling of contingency support and special events, and submission of monthly reports including invoices, weight/scale tickets, and quarterly tonnage reports. Offerors must submit quotes by November 14, 2025, at 10:00 AM CT.
    This government file, likely part of an RFP or grant, outlines requirements for projects related to various services and infrastructure, with a strong emphasis on detailed financial reporting and compliance. Key areas include general service provisions, maintenance, and supply chain management, alongside specific directives for documentation, quality control, and adherence to established standards. The document also highlights the need for robust environmental and safety protocols, including hazardous material handling and waste management. It details provisions for personnel qualifications, training, and emergency preparedness. Recurring themes include the importance of clear communication, accountability, and the systematic evaluation of project outcomes. The structured nature of the document, with its numerous sub-sections and codes, indicates a comprehensive framework for managing projects and ensuring regulatory compliance.
    The document appears to be a highly encoded government file, likely related to RFPs, grants, or state/local procurements, given its context. The content consists predominantly of alphanumeric and special characters, making direct textual interpretation impossible without a decryption key or specialized software. However, the repeating patterns and structured layout, particularly the "6666666666666666666666666666666666666666666666666666666666666666666666666666666666666" lines, suggest a formatted, albeit unreadable, data structure. The interspersed "EE" and numerical sequences, such as "EE����������" and page numbers, hint at a document designed for specific processing or internal government use. Without the ability to decode the characters, the exact main topic, key ideas, and supporting details cannot be extracted. The document's purpose is to convey information in a secure or proprietary format, which is a common practice in government communications for sensitive data or specialized systems.
    This government file outlines various requirements and specifications, likely for a federal, state, or local RFP or grant. It details procedures for inspections, maintenance, and the handling of hazardous materials. The document includes specific clauses for reporting, compliance, and quality assurance, with an emphasis on environmental and safety standards. It also addresses administrative aspects such as documentation, project management, and personnel qualifications. The comprehensive nature of the file indicates a focus on ensuring adherence to regulatory frameworks and high operational standards across different project phases.
    This government file, appearing to be a request for proposals or a similar procurement document, outlines various requirements and specifications. The document seems to detail different sections or tasks, indicated by numerical and alphabetical listings, potentially covering project phases, deliverables, or operational guidelines. Key elements include references to specific dates (e.g., 2014, 2016), suggesting a timeline or period of relevance. There are also mentions of specific components such as "payment for services" and compliance measures. The structure suggests a comprehensive plan for a government-related initiative, likely involving multiple stakeholders and a detailed implementation process, with an emphasis on adherence to predefined standards and possibly a phased approach to project execution and evaluation.
    The document "ATTACHMENT E – LIST OF PAST PERFORMANCE REFERENCES" (36C25626Q0108) is a template designed for government contractors to provide details on past performance. It requires information for three separate references, including the contracting activity name, location, contract number, point of contact, telephone number, dollar amount, and a brief description of services provided. This attachment is a standard component of government RFPs, grants, or state/local RFPs, enabling agencies to assess a bidder's experience and capability to successfully perform the requested services based on their prior work.
    The Past Performance Questionnaire (Attachment F) is a critical document for evaluating contractor performance in government RFPs, grants, and state/local RFPs. Due by November 7, 2025, at 10:00 AM CT, this questionnaire assesses a contractor's past performance across several key areas: Quality of Service, Timeliness of Performance, Business Relations, and Management of Key Personnel. Evaluators are instructed to rate contractors using a defined scale (Outstanding, Excellent, Satisfactory, Neutral, Marginal, Unsatisfactory) and provide detailed comments. The questionnaire requires comprehensive contractor and contract information to determine relevancy and recency, emphasizing that incomplete information may render a proposal unresponsive. This evaluation tool ensures that government agencies can make informed decisions based on a contractor's proven ability to meet contractual obligations and deliver quality services.
    Attachment G, "Notification of Compliance with Insurance Requirements" for contract 36C25626Q0108, outlines the mandatory insurance obligations for contractors. It requires contractors to acknowledge, understand, and agree to maintain specified insurance types and amounts throughout the contract and any extensions. Key provisions include ensuring policies contain an endorsement for government notification of cancellation or material changes, maintaining State Worker's Compensation Insurance, and providing subcontractors' proof of insurance upon request. This document emphasizes adherence to insurance standards to protect the government's interests and forms an integral part of the contract file, requiring contractor and insurance company details.
    This Quality Assurance Surveillance Plan (QASP) outlines the systematic methods for monitoring contractor performance for refuse collection and disposal services, ensuring adherence to the Performance Work Statement (PWS) and the contractor's Quality Control Plan (QCP). The QASP emphasizes a performance management approach focused on achieving desired outcomes rather than strict compliance with processes, allowing contractors flexibility for innovation. Key roles, including the Contracting Officer (CO) and Contracting Officer's Representative (COR), are defined for contract oversight and performance evaluation. Surveillance methods include random monitoring and 100% inspection, supplemented by customer feedback. Performance is measured against Acceptable Quality Levels (AQLs), with incentives for exceeding and deductions for failing to meet standards. Regular reviews and reporting mechanisms are established to analyze performance data, resolve issues, and ensure continuous improvement.
    This document addresses key questions regarding RFQ 36C25626Q0108, a new contract for waste management services, though services are currently being performed under contract 36C25626P0073. All compactors are contractor-provided and owned, including those for Panama City and Mobile. The submission deadline for Past Performance Questionnaires (PPQs) has been extended to November 21, 2025, at 10:00 a.m. CT, with a minimum requirement of three PPQs. The 30-yard load vertical pack compactor for Pensacola can be a self-contained unit with flat-rate pricing for hauling. Four CY portable containers are required at VAMC Biloxi (BLDG 26 NE), and the cleaning service will be changed from “on call” to “as needed.” A 6 CY Front End Load “Flip top dumpster” will be accepted for Panama City OPC instead of a Vertipak Compactor. Only the three 30 CY and one 40 CY compactors require monthly steam cleaning, with an extra cleaning for the 30 CY compactor at BLDG 31 during November, December, and January. Monthly reports are now due on the 10th working day.
    This government Statement of Work outlines requirements for refuse collection and disposal services at various Gulf Coast Veterans Health Care System (GCVHCS) locations in Mississippi, Alabama, and Florida. The contractor must provide all necessary personnel, equipment, and vehicles to collect and dispose of general refuse and bulk waste, including furnishing, servicing, and maintaining dumpsters and roll-off containers. Services must comply with federal, state, and local laws, as well as OSHA and EPA regulations. The SOW details collection requirements, including handling bulk waste, maintaining dumpster cleanliness, and providing roll-off services within specific timeframes. It also addresses procedures for inclement weather, contingency support, and special events. The contractor is responsible for off-facility disposal to licensed sites, including all associated permits and fees. Reporting requirements include submitting lists of disposal sites, employee rosters, and monthly reports with invoices, haul tickets, and quarterly tonnage data. Operational hours are from 5:00 AM to 12 NOON on weekdays, with provisions for federal holidays. The contractor must provide a contract manager, ensure employee compliance with traffic laws and licensing, adhere to environmental controls (including spill containment and bio-based hydraulic fluid use), and implement a quality control program. The government will perform quality assurance evaluations based on performance objectives and thresholds, with discrepancies requiring correction within 24 hours.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year contract to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The contract requires the contractor to perform weekly collections of various types of medical waste from the hospital and monthly collections from six CBOCs, utilizing reusable, leak-proof containers and ensuring compliance with all relevant federal, state, and local regulations regarding waste handling and disposal. This procurement is critical for maintaining health and safety standards in medical waste management, with a minimum guarantee of $1,000 and a ceiling of $1,500,000 over the contract period. Interested parties must submit their offers by December 16, 2025, and a site visit is scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    S205--Waste and Recycling Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide waste and recycling services for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, Arkansas, along with three Community-Based Outpatient Clinics (CBOCs) in Missouri and Arkansas. The procurement includes regulated medical waste and solid waste pickup, transport, treatment, and disposal, as well as recycling services, with contractors required to have a minimum of five years of relevant experience and the ability to offer 24-hour emergency services while complying with all applicable regulations. This opportunity is critical for maintaining health and safety standards within the VA facilities, and interested parties must submit their responses by December 16, 2025, addressing specific questions outlined in the solicitation document, with William Shaver serving as the primary contact for inquiries.
    V225--Ground Ambulance Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Ground Ambulance Services under Solicitation Number 36C25626Q0059, aimed at providing non-emergency ambulance transportation for the Gulf Coast Veterans Health Care Systems and its associated clinics. The contract encompasses a base period from January 1, 2026, to December 31, 2026, with four additional twelve-month option periods, requiring services such as Stretcher Transports, Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT) available 24/7. This procurement is crucial for ensuring timely and compliant medical transportation services for veterans, adhering to federal, state, and local regulations regarding personnel and equipment. Interested contractors must submit their quotes by December 18, 2025, and direct any questions to Contracting Officer Tina Harris at tina.harris3@va.gov by December 4, 2025.
    Waste Disposal Services at Ft. Sill National Cemetery
    Buyer not available
    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.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a trash and waste removal contract at the Culpeper National Cemetery in Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes the rental and on-call pickup of 30 cubic yard roll-off containers and 6 cubic yard front-load containers, with a performance period starting from October 15, 2025, and extending through four optional one-year periods. The services are critical for maintaining the cleanliness and operational efficiency of the cemetery, ensuring a respectful environment for visitors and staff. Interested contractors must submit their quotes by December 12, 2025, at 4 PM ET, and can direct inquiries to Contracting Officer Marshand Boone at marshand.boone@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
    Buyer not available
    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.
    J046--GREASE TRAP SERVICE - NEW BASE plus FOUR
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for grease trap services at the Ralph H. Johnson VA Medical Center, specifically for the quarterly sanitizing, disinfecting, and waste removal from two 500-gallon grease traps. This procurement is a total Service-Disabled, Veteran-Owned, Small Business set-aside, with a contract that includes a base year from February 23, 2026, to February 22, 2027, and four additional one-year option periods extending through February 22, 2031. The selected contractor must comply with federal, state, and local environmental regulations, adhere to JCAHO standards, and follow VA safety policies, while also being registered in SAM.gov and possessing the necessary hazardous waste permits. Interested parties should contact Contract Specialist Terri Hudson at Terri.Hudson@va.gov for further details and to ensure compliance with the outlined requirements.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a new trash and waste removal contract at the Culpeper National Cemetery in Virginia. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes an initial contract term with a base period plus four option years. The services are crucial for maintaining the cleanliness and upkeep of the cemetery, ensuring a respectful environment for visitors and honoring the memory of veterans. Interested vendors can reach out to Contracting Officer Marshand Boone at marshand.boone@va.gov for further details regarding the solicitation.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide DEA Hazardous Drug Waste Removal and Disposal services for the Eastern Colorado VA Health Care System. The procurement involves comprehensive management of hazardous pharmaceutical waste, including the provision of secured containers, installation, removal, packaging, shipping, and incineration, all in compliance with federal, state, and local regulations. This service is critical for maintaining safety and regulatory compliance in the handling of controlled substances within the VA healthcare facilities. Offers are due by December 10, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further details.