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.
ID: 36C25226Q0107Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    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.

    Point(s) of Contact
    Scott D SandsContract Specialist
    Scott.Sands2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a presolicitation notice for a new five-year ordering period contract for Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services. This contract will cover the Edward Hines Jr VA Hospital in Hines, IL, and its affiliated CBOCs for the period of January 1, 2026, to December 31, 2030. The solicitation number is 36C25226Q0107, with a response date of December 16, 2025, at 15:00 Central Time. This is a Set-Aside contract for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 562211. The point of contact for this solicitation is Scott Sands, Contracting Officer.
    This government file, Wage Determination No. 2015-5017, Revision No. 30, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contracts in Cook, Du Page, and McHenry Counties, Illinois, effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates, and annually adjusts these rates. The document lists numerous occupational categories with specific hourly wage rates, along with benefits such as health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and twelve paid holidays. It also includes provisions for paid sick leave under EO 13706, hazardous pay differentials (4-8%), and uniform allowances. Special conditions apply to computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. A conformance process for unlisted job classifications is also detailed, requiring contractors to propose rates and job descriptions for approval by the Wage and Hour Division.
    This document, Wage Determination No. 2015-5741, outlines minimum wage rates and fringe benefits for service contract employees in De Kalb and Kane Counties, Illinois, under the Service Contract Act. It details different minimum wage requirements based on contract award dates, specifically referencing Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025. The document lists numerous occupational categories with corresponding hourly wage rates and specifies benefits such as health and welfare, vacation, and eleven paid holidays. It also includes provisions for paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. Special instructions for computer employees and air traffic controllers/weather observers are provided, along with procedures for conforming unlisted job classifications and wage rates using Standard Form 1444.
    This government file, Wage Determination No. 2015-5025, outlines the minimum wage rates and fringe benefits for service contract employees in Kankakee County, Illinois. It details wage requirements under Executive Orders 14026 and 13658, specifying different minimums based on contract award dates. The document lists numerous occupational categories with corresponding hourly wage rates, noting some classifications may be subject to higher minimums under the Executive Orders. It also specifies fringe benefits, including health and welfare, vacation, and paid holidays. Additionally, the file provides guidelines for hazardous pay differentials, uniform allowances, and the process for conforming unlisted occupations to the wage determination, emphasizing the importance of accurate classification and compensation for compliance.
    This document, Wage Determination No.: 2015-5035, Revision No.: 29, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in La Salle County, Illinois, effective July 8, 2025. It details compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), which mandate minimum wages for federal contractors based on contract award dates. The document also specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-5 weeks based on service length), and 14 paid holidays. It provides detailed wage rates for various occupations, from administrative support to technical roles, and includes provisions for paid sick leave under EO 13706. Special conditions cover computer employees, air traffic controllers, weather observers (night/Sunday pay), hazardous duty pay, and uniform allowances. The document also describes the conformance process for unlisted job classifications using Standard Form 1444, ensuring fair compensation for all covered employees.
    This document, Wage Determination No. 2015-5019 Revision No. 30, issued by the U.S. Department of Labor, outlines prevailing wage rates and benefits for service contract employees in Grundy, Kendall, and Will Counties, Illinois. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts starting on or after specific dates in 2022 and between 2015-2022, respectively, with annual adjustments. The document lists wage rates for various occupations, including administrative, automotive, food service, health, IT, and maintenance roles. It specifies fringe benefits such as health and welfare, paid sick leave (EO 13706), vacation, and twelve paid holidays. Special provisions include hazardous pay differentials, uniform allowances, and procedures for conforming unlisted job classifications and wage rates.
    This government Request for Quote (RFQ) from the Department of Veterans Affairs (VA) outlines a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside for regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, IL, and its affiliated CBOCs. The contract spans a five-year ordering period (2026-2030) with five one-year priced periods. Services include weekly collection of RMW, pathological, chemotherapeutic, and sharps waste from the Hines campus, and monthly collection from six CBOCs. The contractor must provide reusable, leak-proof containers, ensure proper disposal via microwave-grind and/or incineration, and adhere to all federal, state, and local regulations, including strict requirements for waste handling, transportation, and documentation. Key compliance areas include HIPAA, Privacy Act, and facility-specific rules like parking, drug-free zones, and vaccination policies. The contract has a minimum guarantee of $1,000 and a ceiling of $1,500,000. Offers are due by December 16, 2025, and a site visit is scheduled for December 3, 2025.
    Similar Opportunities
    S222--Regulated Medical Waste Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Regulated Medical Waste Services for the St. Cloud VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The contract will cover the collection, transport, treatment, and disposal of various types of medical waste, including infectious waste and sharps, with a base period of one year and four optional one-year extensions, running from January 1, 2026, to December 31, 2030. This procurement is crucial for maintaining compliance with health and safety regulations while ensuring the proper handling of hazardous materials. Interested small businesses must submit their quotes by December 5, 2025, and direct any technical questions to Contract Specialist Arielle Lifto at arielle.lifto@va.gov by November 28, 2025.
    Roseburg VAMC Regulated Medical Waste Disposal Service
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide Regulated Medical Waste disposal services for the Roseburg Veterans Affairs Medical Center (VAMC) in Oregon. This procurement, identified by Solicitation Number 36C26026Q0070, is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside and will result in a firm fixed-price contract, emphasizing the importance of compliance with hazardous waste management standards. The solicitation is scheduled to be posted on December 5, 2025, with a response deadline of 10:30 AM Pacific Time on the same date. Interested firms should contact the Contracting Officer, Brian Millington, at brian.millington@va.gov, to provide written notification of their capabilities.
    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.
    F363330-26-2000001--Culpeper Trash Removal RFQ -- S205
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for trash and waste removal services at the Culpeper National Cemetery in Virginia. This procurement involves the rental and on-call pickup of 30 cubic yard roll-off containers and 6 cubic yard front-load containers, with a separate disposal fee based on tonnage. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year from October 15, 2025, to October 14, 2026, with four additional one-year option periods extending through October 14, 2030. Interested vendors must submit their offers by December 9, 2025, at 10:00 AM ET, and can contact Contracting Officer Marshand Boone at marshand.boone@va.gov for further information.
    S222--Hazardous Waste Treatment & Disposal - Detroit
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for hazardous waste treatment and disposal services at the John D. Dingell VA Medical Center in Detroit, Michigan. The procurement requires comprehensive services for the removal and disposal of various waste types, including hazardous, non-hazardous, and universal wastes, in compliance with federal and state regulations. This contract is critical for maintaining safety and environmental standards within the VA facilities, ensuring proper waste management practices are upheld. Interested vendors must submit their quotes, including a completed pricing schedule, by the specified deadline, with a guaranteed minimum contract value of $40,000 and a maximum total value of $400,000. For further inquiries, contact Contracting Officer Morgan Stein at Morgan.Stein@va.gov.
    Medical Waste Disposal for Wagner IHS Healthcare Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a non-personal service contract for medical waste disposal at the Wagner IHS Healthcare Center in Wagner, South Dakota. The contract will cover a base year from January 1, 2026, to December 31, 2026, with four additional one-year options, requiring the contractor to manage the handling, transport, and disposal of infectious medical waste in compliance with all relevant federal, state, and local regulations. This service is critical for maintaining health and safety standards within the healthcare facility, ensuring proper disposal of regulated and non-regulated medical waste. Interested parties must submit their capabilities by December 5, 2026, to John Archambeau at john.archambeau@ihs.gov, including the Sources Sought Number IHS1519288 in the subject line.
    R614--Shredding service Providence VAMC Providence RI
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide on-site document destruction and shredding services for the Providence VA Medical Center and its associated Community-Based Outpatient Clinics (CBOCs). The procurement requires secure destruction of sensitive, confidential, and medical records in compliance with VA Directive 6371, HIPAA, and Privacy Act regulations, including the provision of lockable 32-gallon containers and weekly shredding services. This initiative is crucial for maintaining data security and regulatory compliance in records management, with a total estimated contract value of $16.5 million over a base year and four option years, extending services until January 31, 2031. Interested parties should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details regarding the solicitation.
    Trash Services Great Lakes National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide trash services at the Great Lakes National Cemetery located in Holly, Michigan. This opportunity is a Sources Sought announcement aimed at gathering market information and identifying potential Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses capable of fulfilling the requirements for waste management services, including the rental and servicing of waste containers and dumpsters. The selected contractor will play a crucial role in maintaining the cemetery's cleanliness and operational efficiency. Interested parties must submit their capabilities statements and pricing information by December 5, 2025, at 9:00 AM EST to April Graves at April.Graves@va.gov, including the Sources Sought number in the subject line.
    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.
    R499--Sterile Compounding Compliance QA Program
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance (QA) Program. This program aims to ensure compliance with sterile compounding standards through various services, including monthly competency assessments, media fill tests, and environmental monitoring, with a contract period extending from January 1, 2026, to December 31, 2030. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 541690, highlighting its significance in maintaining high standards in healthcare environments. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-393-9281.