DLS Material Handler Contract (VA-25-00000414) for warehouses DLS and SDC
ID: 36C79125R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFCOMMODITIES & SERVICES ACQUISITION SERVICE (36C791)DENVER, CO, 80225, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Amended DLS Material Handler Contract (VA-25-00000414), which involves providing facility support staffing services for material handling at warehouses DLS and SDC in Golden, Colorado. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to manage logistics activities such as receiving, storage, inventory control, and distribution of commodities, ensuring compliance with specified performance standards without direct government supervision. Interested parties must submit their proposals by May 9, 2025, at 10:00 A.M. Mountain Time, and can direct inquiries to Bradley Geghan at bradley.geghan@va.gov.

    Point(s) of Contact
    bradley.geghan
    bradley.geghan@va.gov
    Files
    Title
    Posted
    The Material Handling RFP outlines requirements for prospective contractors to provide services related to material handling in government operations. The document includes an index of attachments, each serving specific functions such as position descriptions, standard operating procedures (SOPs) for various facilities, wage determinations for employees, warehouse maps, and quality assurance plans. Additionally, it addresses the non-displacement of qualified workers under service contracts and includes essential documentation for proposal submissions, like the past performance questionnaire and pricing sheet. The RFP emphasizes maintaining effective operations while ensuring compliance with regulatory standards and worker protections. The comprehensive attachment list supports contractors in understanding the expectations and guidelines necessary for their proposals, reflecting the government's commitment to operational efficiency and workforce integrity in material handling.
    The Combined Synopsis/Solicitation Notice outlines the Department of Veterans Affairs’ (VA) DLS Material Handler Contract (36C79125R0001) for warehouse support services. This Request for Proposals (RFP) seeks bids from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide a range of logistical support activities across three locations: Golden and Lakewood, Colorado, and Hines, Illinois, with a total estimated value of $40 million over five years. The contractor will manage tasks including receiving, storage, inventory management, packaging, and shipping of commodities essential to veterans’ healthcare services. The contract is structured as a Firm Fixed Price Indefinite Delivery, Indefinite Quantity (IDIQ), ensuring no direct governmental supervision of contractor personnel, who will report only to their program managers and supervisors. A critical objective is maintaining a 95% accuracy level in operations. The period of performance is slated from July 1, 2025, with a mandatory phase-in period, and proposals are due by May 2, 2025. The notice emphasizes the necessity for cross-utilization of staff and adherence to various quality and performance standards as set forth in the performance work statement (PWS). This solicitation aims to enhance operational efficiency while prioritizing support for veterans' services.
    The document outlines an amendment to the solicitation for the DLS Material Handler Contract (VA-25-00000414) issued by the Department of Veterans Affairs. The amendment, designated as 36C79125R0001 Amendment 0001, provides updates and revisions to the initial solicitation, including an extension of the proposal due date to May 9, 2025, at 10:00 Mountain Time. The contracting office is located in Golden, Colorado, and the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Attachments include a revised Quality Assurance Surveillance Plan and an updated Proposal Pricing Sheet, along with documented questions and answers pertaining to submitted inquiries. The overall purpose of this document is to inform potential bidders of essential changes and to clarify details regarding the solicitation for the provision of services at a designated location. The precise nature of the services is classified under the Product Service Code R706, and the associated NAICS code is 561210, indicating support services related to facilities management.
    The document outlines position descriptions for the DLS/SDC contract related to warehouse operations for the VA across three locations. It details anticipated tasks, experience requirements, and applicable service groups for various roles including Program Manager, Supervisor, and Material Coordinator. The Program Manager, requiring 10 years of relevant experience, is responsible for overseeing operations, managing staff, and ensuring compliance with standards and reporting. The Supervisor, with a minimum of 5 years in a similar role, trains Material Coordinators, assigns work, and monitors performance. Material Coordinators manage the flow of materials and are required to operate warehouse equipment. They must be capable of physical exertion related to warehouse tasks. The positions require compliance with government policies and successful completion of a Tier 1 Background Investigation. This document serves as a foundational guideline for staffing needs under government RFPs, indicating necessary qualifications and responsibilities to ensure efficient warehouse operations and compliance with federal requirements.
    The VA Denver Logistics Center (DLC) Standard Operating Procedures (SOP) outlines comprehensive guidelines for managing distribution processes within the center. It includes steps for receiving, sorting, and stocking incoming shipments from various carriers, with detailed instructions on documenting discrepancies and conducting quality assurance checks. The SOP identifies responsibilities for warehouse personnel and emphasizes the need for thorough inspections to maintain product integrity and compliance. Key procedures cover receiving deliveries, using VISTA for inventory management, and following specific protocols for pulling, packing, and shipping items, including those for TeleHealth services. The document highlights procedures for maintaining organization within the warehouse, such as using location tags for inventory control and adhering to first-in, first-out practices. This SOP is crucial for ensuring operational efficiency and regulatory adherence in delivering medical supplies to veterans. It emphasizes the importance of accuracy in order processing as well as safety protocols, reflecting the VA's commitment to providing quality service and support to veteran patients.
    The document outlines the Standard Operating Procedures (SOP) for the Enterprise Distribution Operations Section (EDOS) within the Service and Distribution Center (SDC) of the U.S. Department of Veterans Affairs. Its primary purpose is to delineate logistics operations for distributing vital products such as interment flags, forms, and publications, while also overseeing precious metals recycling and transportation services. The SOP encompasses mission statements, organizational structure, roles and responsibilities of staff, and outlines training requirements, operational procedures for inbound and outbound shipments, and inventory management. It emphasizes quality assurance and customer service, dictating systematic procedures for receiving, stocking, and shipping products while maintaining operational safety and compliance with federal regulations. This document serves as a comprehensive guide for employees to effectively manage logistics within the framework of supporting VA programs, underscoring the agency's commitment to efficiency and quality in service delivery to veterans. The SOP also includes specific protocols for handling precious metals, thereby ensuring financial accountability and security throughout operations.
    The Standard Operating Procedures (SOP) for the Healthcare Distribution Operations Section (HDOS) within the U.S. Department of Veterans Affairs outlines logistics procedures for distributing healthcare equipment, specifically sleep apnea machines and accessories, to veterans. Established in 2021, the SOP defines operations, roles, responsibilities, training requirements, and safety protocols essential for achieving the mission of timely delivery of quality medical supplies to veterans. Key elements include maintaining an efficient inventory system, adhering to compliance measures, and ensuring quality assurance during the supply chain management process. This document encompasses various sections, including organizational structure, operational functions, inventory management, report generation, and training protocols for both VA staff and contracted personnel. The SOP is critical for the oversight of logistics management, promoting accountability and safety while facilitating the efficient distribution of healthcare equipment. By adhering to these guidelines, the HDOS aims to improve veterans' healthcare experiences, ensuring the consistent and reliable provision of necessary medical supplies, all directed towards fulfilling the core mission of serving U.S. veterans.
    The document details specifications for a facility at 555 Corporate Circle, measuring approximately 18,000 square feet. It outlines electrical infrastructure including various outlet configurations and server cage requirements. Key features include multiple drops and outlets across different sections of the building, which are designed to support significant technical and operational demands. The layout appears to be tailored for efficient resource management, indicating an emphasis on logistical functionality for both sending and receiving operations. The mention of a warehouse suggests provisions for supply storage, aligning with operational needs for a government facility. The summary highlights the building's capacity to facilitate complex operations, common in response to federal or state requests for proposals (RFPs) and pertinent government projects, ensuring it meets essential operational and safety standards. This facility setup is indicative of a larger commitment to operational efficiency within government logistics and infrastructure projects.
    The document outlines the organizational layout and details of storage and operational spaces within a government facility, focusing on warehouse and inventory management. It specifies various storage sizes and formats, including shelving units, pallets, and high pallet racks, while providing measurements for each section. Key components include a detailed inventory system with designated areas for supplies and equipment alongside a structured approach to tracking and managing inventory, involving roles like Team Leads, Forklift Operators, and Shipping/Receiving Clerks. This meticulous breakdown ensures efficiency in logistics and aligns with government standards for inventory management in federal and local operations. The emphasis on precise measurements and organization aims to maintain a streamlined workflow and enhance productivity, reflecting the agency's commitment to optimal resource utilization. The document serves as a guideline for effective management and operational compliance, crucial for facilitating government RFPs and grants related to inventory and supply management.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage rates and occupational classifications for federal contracts in Colorado. It highlights required compliance with Executive Orders 14026 and 13658, mandating minimum wages of $17.20 and $12.90 per hour, respectively, depending on contract timelines. The wage determination includes detailed tables listing various occupations along with corresponding pay rates for 2024. Fringe benefits, including health and welfare components and paid leave provisions under Executive Order 13706, are also outlined. The contractor's obligations regarding sick leave, vacation, and holiday pay are specified, emphasizing the need for compliance to promote fair labor practices. Additionally, the document outlines processes for classifying unlisted occupations and obtaining additional wage rates through a conformance process. Overall, it serves to inform contractors of their responsibilities to workers on federal projects, ensuring equitable compensation and adherence to labor standards.
    The document outlines Wage Determination No. 2015-5017 by the U.S. Department of Labor under the Service Contract Act, indicating minimum wage and fringe benefits for specified occupations in Cook, Du Page, and McHenry counties in Illinois. Effective January 30, 2022, contracts require a minimum wage of $17.20 per hour for covered workers, or higher rates as specified for various job titles, including administrative, automotive, and healthcare occupations. The determination includes guidelines for annual adjustments in wages, health and welfare benefits, and annual leave policies. It emphasizes compliance with Executive Orders related to contractor obligations, providing paid sick leave, and proper classification of work not included in the existing wage determination. The document serves as a crucial reference for federal contractors in meeting labor standards and ensuring fair compensation in government contracts, highlighting the government's proactive stance on worker rights and vendor responsibilities.
    The FY 2023 Inventory Schedule outlines the inventory cycle counts and averages for various assistive devices and related products within the government sector. The document lists specific inventory dates across four quarters of the fiscal year, detailing counts for categories including Assistive Devices, Batteries, Accessories, Telehealth, Orthotic Softgoods, Assistive Listening Devices, and Prosthetic Socks. Each quarter's total cycle counts are recorded, providing insight into the frequency of inventory checks for these commodities. Notably, the overall count for the year across all categories totaled 40. The schedule also includes a wall-to-wall inventory conducted from September 4 to 15, 2023, further emphasizing meticulous tracking and management of inventory. The document adheres to VA standards for inventory management but leaves some sections with undefined averages, indicating areas of potential concern or data collection challenges. This inventory management process suggests a commitment to optimizing service delivery and resource allocation in assistive technologies, key to improving care and support for individuals in need. The systematic approach reflects adherence to compliance requirements, essential for federal and state programs aligned with healthcare systems and public service provision.
    The document outlines a travel request form primarily designed for federal employee travel. It contains sections dedicated to traveler information, trip details, air travel, POV (Privately Owned Vehicle) travel, lodging, miscellaneous travel costs, and total trip costs. The form requires comprehensive details from the traveler, including their name, position, trip location, purpose of travel, client requesting the travel, and costs associated with air travel, lodging, transportation, and meals. Specific sections ask for flight and hotel details, potential transportation costs, and any registration fees related to the trip. The main purpose of this form is to facilitate a systematic approach to documenting and approving travel expenses in adherence to federal policies regarding travel and reimbursement. By collecting detailed financial information upfront, the form aims to ensure accountability and compliance with budgetary constraints in government spending. The total cost calculations are essential for transparency and effective financial management, particularly in the context of federal grants and local RFPs where funding and expense accountability are critical.
    The provided document contains a corrupted or unreadable data file, rendering it impossible to extract relevant information regarding government RFPs, federal grants, or state and local RFPs. Due to the illegibility of the file content, no coherent topics, key points, or structural elements can be identified. As such, a detailed summary based on the provided text cannot be constructed. To fulfill the request effectively, a readable file or further context would be necessary to analyze and summarize the intended information regarding government solicitations and funding opportunities.
    The Quality Assurance Surveillance Plan (QASP) outlines the procedures and guidelines the Department of Veterans Affairs (VA) uses for monitoring contractor performance under contract 36C79125DXXXX related to material handling. The purpose of the QASP is to ensure compliance with performance standards detailed in the Performance Work Statement (PWS) and to structure the evaluation of the contractor’s performance through various monitoring methods, including customer feedback, documentation verification, and periodic inspections. The document delineates roles and responsibilities for government personnel, including the Contracting Officer (CO) and their representative (COR), who are responsible for overseeing contractor compliance. It establishes performance measures, acceptable quality levels (AQLs), and processes for addressing missed targets, ensuring contractors are held accountable for service deficiencies. Additionally, the QASP emphasizes the importance of a continuous feedback loop and annual assessments recorded through the Contractor Performance Assessment Reporting System (CPARS). The systematic approach within the QASP intends to foster a quality standard in service operations, thus enhancing the effectiveness of the VA's operations in serving veteran needs. Overall, this document is essential for maintaining high service standards while managing governmental contracts effectively and efficiently.
    The Quality Assurance Surveillance Plan (QASP) for Material Handling, issued by the Department of Veterans Affairs, outlines the methods and procedures for monitoring contractor performance under contract 36C79125DXXXX. Its purpose is to ensure compliance with performance standards and quality levels specified in the Performance Work Statement (PWS). Key components of the QASP include detailed roles and responsibilities for government personnel, including the Contracting Officer (CO) and Contracting Officer Representative (COR), as well as the contractor's obligations. The QASP emphasizes performance management strategies and establishes performance metrics for evaluating contractors, with definitions for ratings ranging from "Unsatisfactory" to "Exceptional." Monitoring methods, such as customer feedback, periodic inspections, and random monitoring, are highlighted, focusing on areas like service quality, adherence to schedules, and regulatory compliance. The document necessitates proper documentation and communication protocols to address performance discrepancies. The QASP aims to foster a partnership between the government and the contractor that prioritizes quality service delivery to veterans while enabling effective contractual oversight and continuous performance improvement. Regular assessments and updates ensure the plan adapts to changing circumstances, reinforcing the commitment to high standards in contracted services.
    The 2025 Material Coordinator PWS includes Warehouse Behavior Standards that contractors and their staff must adhere to while on government premises. The document outlines required conduct, emphasizing awareness of surroundings, adherence to safety protocols, proper usage of personal protective equipment, and the importance of maintaining cleanliness in workspaces. It prohibits various forms of inappropriate behavior, such as harassment, theft, and insubordination, stressing the importance of professionalism and respect among all personnel. Violations of these standards, including the use of illegal substances and failure to follow work schedules, are explicitly forbidden. This document underscores the vital role of ethical behavior and compliance with safety regulations in promoting a productive work environment. The overarching purpose is to ensure that all contractors align with government expectations regarding workplace conduct, thereby contributing to a safe and efficient operation in the warehouse setting.
    The document provides an overview of final rules implemented by the Department of Labor regarding two executive orders aimed at enhancing labor protections for workers involved in federal contracts. The first, Executive Order 14055, mandates that federal contractors and subcontractors offer jobs to qualified employees from predecessor contracts, ensuring job continuity and maintaining service standards. The rule outlines the standards and procedures necessary for enforcing these nondisplacement protections. The second executive order mentioned, Executive Order 13706, requires federal contractors to provide up to seven days of paid sick leave annually to covered employees, emphasizing family care. The document also includes compliance resources for contractors under the Contract Work Hours and Safety Standards Act (CWHSSA), alongside information on civil monetary penalties associated with labor law violations. These initiatives reflect the federal government’s commitment to safeguarding workers’ rights and ensuring fair labor practices within federally funded projects.
    The document is a Past Performance Questionnaire related to the solicitation #36C79125R0001 for Material Handling services. It requests feedback on an offeror referenced by a company that has prior experience with them. Companies must provide specifics about their contract, the offeror's role, and their contact information. The questionnaire includes a series of evaluative questions where the respondent rates the offeror's performance across several criteria using adjectival ratings ranging from Excellent (E) to Unsatisfactory (U). Key areas of performance include compliance with contractual terms, adherence to schedules, responsiveness to contract issues, staffing challenges, service standards, and any small business subcontracting plan requirements. The document emphasizes confidentiality, ensuring that responses remain anonymous and that contractors can address adverse remarks. This questionnaire is critical for assessing the offeror's reliability and capability in fulfilling government contracts, thereby informing the selection process in the context of RFPs and grants.
    The document outlines a pricing spreadsheet for material handling services in connection with a federal contract commencing in 2025, involving various contract line item numbers (CLINs) for logistics services in Denver, Colorado, and Hines, Illinois. The contract spans five years, from July 1, 2025, to June 30, 2030, comprising a base year and four optional years. Each CLIN is earmarked for monthly service costs, with specific notes indicating modifications for reimbursed travel and guidelines for including quarterly overtime in fees. It also specifies wage determinations based on labor categories for material coordinators in different states, highlighting expected hourly rates. This pricing structure is key for government contracting, ensuring compliance with federal regulations and wage laws while addressing logistical needs in the specified localities. The document emphasizes the importance of adhering to the latest wage determination revisions for accurate pricing, thus aiding stakeholders in managing costs effectively while fulfilling contractual obligations.
    The document outlines a pricing spreadsheet for material handling services associated with a government contract spanning from 2025 to 2030. It details various Contract Line Item Numbers (CLINs) for two localities: Denver, Colorado, and Hines, Illinois, specifying service and distribution center operations. The structure includes a base year and four option years, each identifying the service description, unit type (monthly), and performance period. The pricing information for each CLIN is currently marked as zero, indicating that it is yet to be filled. The contract values for the CLINs will accumulate over the five years, with specific annual totals required at each performance interval. Additionally, the document references wage determinations for material coordinators in both states, showcasing local labor rates. It underscores the need for precise documentation and cost estimation for compliance in government contracts, and emphasizes the importance of maintaining meticulous records related to the pricing and execution phases of the contract. The content illustrates the procedural and structural requirements essential for submitting RFPs and administering federal grants in a government context.
    The government document pertains to a contract opportunity under solicitation number 36C79125R0001, specifically Amendment 0001, issued on April 21, 2025. The amendment includes revisions detailed in the associated SF30 form and its continuation sheets, which outline adjustments to the solicitation terms and attachments. Notably, Block 11 indicates an extension for the proposal submission deadline, providing potential contractors with additional time to prepare their bids. Additionally, Section S06 contains answers to previously submitted questions, offering clarification on various aspects of the request for proposals (RFP). This document is relevant for organizations interested in participating in federal procurement, demonstrating responses to inquiries and adjustments to timelines to ensure fair and informed bidding processes.
    The Quality Assurance Surveillance Plan (QASP) for the Department of Veterans Affairs outlines procedures for monitoring contractor performance, establishing roles and responsibilities, and detailing performance standards to ensure compliance with contractual requirements. It includes guidelines on quality control, methods of surveillance, and documentation necessary to evaluate contractor performance, with an emphasis on maintaining high service quality for veteran-related logistics. The plan is subject to annual review and modification to adapt to changing requirements and performance assessments.
    The document outlines an amendment to solicitation number 36C79125R0001 issued by the Department of Veterans Affairs for a service contract related to warehouse logistics and distribution. Key updates include an extension of the proposal submission deadline to May 9, 2025, and a revision of the North American Industry Classification System (NAICS) size standard from $34 million to $47 million. The amendment details several alterations in contract terms, such as the revised performance period, changes to key personnel roles and responsibilities, and adjustments to reimbursement policies for travel and overtime. Additionally, it addresses liquidated damages in case of data breaches, modified evaluation factors in proposal evaluations, and clarified the qualifications required for contractors. The updates are designed to ensure clear expectations for contract performance and compliance with federal regulations, reflecting the government’s commitment to transparency and fairness in procurement processes. Overall, these modifications aim to streamline the bidding process while ensuring the contractor's accountability in delivering quality services to the Veterans Affairs system.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R699-- Relocation and Removal Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for relocation and reconfiguration services for the Atlanta VA Health Care System (AVAHCS) and its associated clinics. This procurement, valued at $34 million, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and includes a base year along with four option years, running from January 2026 to January 2031. The services required encompass receiving, delivery, installation, disassembly, reassembly, repair, and removal of furniture and equipment, with strict adherence to security and privacy protocols mandated by the VA. Interested contractors must operate within a 50-mile radius of Decatur, Georgia, and are required to comply with VA-specific training and invoicing procedures. Proposals are due by December 31, 2025, at 11 AM Eastern Time, and inquiries can be directed to Gail Bargaineer at Gail.Bargaineer2@va.gov or by phone at 404-321-6069.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    7240--Dumpster equipment Required equipment for approved self employment plan.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for dumpster equipment, specifically requiring 20-foot and 14-foot trailer bins, dumpster rental software, and an HP ZBook Power 16” G11 Mobile Workstation PC. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and aims to support the self-employment plans of veterans by providing essential equipment. The items will be delivered to a veteran in Perrysburg, OH, with quotes due by December 19, 2025, at 1:00 PM EST. Interested vendors should submit their quotes and required documentation via email to Tracey Robinson at Tracey.Robinson3@va.gov.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for operational and mailing supplies through solicitation number 36C77025R0004, aimed at supporting its seven Consolidated Mail Outpatient Pharmacy (CMOP) locations. This procurement involves establishing multiple National Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for essential items such as corrugated boxes, bubble mailers, sealing tape, and child-resistant medical pouches, ensuring compliance with stringent specifications for patient safety and product integrity. The awarded contracts will facilitate timely deliveries of these supplies, which are critical for the efficient processing and shipment of prescriptions to veterans. Interested vendors must submit their proposals, including product samples and pricing schedules in Excel format, by the extended deadline of January 15, 2026, at 5:00 PM CDT. For further inquiries, contact Kelly L Mann at kelly.mann@va.gov or Kelley Cunningham at kelley.cunningham@va.gov.
    6515--Shelving System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a shelving system to be installed in the Urology Storeroom at the James A. Haley VA Hospital in Tampa, Florida. The project aims to replace shelving and storage units that were damaged due to a water leak, requiring the delivery and installation of specific DSI MODUMAX shelving units and related accessories. This procurement is critical for maintaining proper inventory and supply management within the Urology department, ensuring efficient operations in a newly renovated supply room. Interested contractors must adhere to strict compliance requirements, including federal regulations and service-disabled veteran-owned small business provisions, with proposals due by January 5, 2026. For further inquiries, contact Contracting Officer Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    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.
    Z1DA--554-26-105 Replace Damaged Windows at RMRVAMC (Const) (VA-26-00010269)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for a project to replace damaged windows and glass doors at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement involves the repair and replacement of 20 windows and 4 doors, requiring all necessary materials and work to be conducted with minimal disruption to the operational healthcare facility. This project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside, with an estimated contract value between $500,000 and $1,000,000, and a Request for Proposal (RFP) is anticipated to be issued around January 26, 2026. Interested offerors must ensure they are verified and visible in the SBA certification database at the time of proposal submission and contract award; for further inquiries, contact Elia Laritza Ruiz Manzo at Elia-Laritza.Ruiz-Manzo@va.gov or 303-712-5727.
    V225--Ambulance Service | Follow on Base 3 | Start: 3/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses for ambulance services at the Dayton VA Medical Center, with the contract set to commence on March 1, 2026. The procurement includes Advanced Life Support (ALS) and Basic Life Support (BLS) services, covering a base period until October 31, 2026, with options for two additional one-year periods. These services are critical for providing timely medical transportation to veterans, ensuring compliance with federal regulations and safety standards. Interested vendors must submit their quotations by December 19, 2025, at 1 PM EST, and can contact Contracting Officer Robert Bolcavage at robert.bolcavage@va.gov for further details.
    V127--FY26 - VISN 2 ARMORED CAR Services B+4 Options
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for armored car services to support various VA Medical Centers (VAMCs) in upstate New York. The contractor will be responsible for providing armed personnel, armored vehicles, and all necessary services for the secure pick-up and delivery of cash and monetary documents, ensuring compliance with federal, state, and local laws. This contract includes a one-year base period starting January 6, 2026, with four additional one-year options, and has an estimated value of $43 million under NAICS code 561613. Interested parties must submit their proposals by December 18, 2025, and direct any questions to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov by December 11, 2025.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.