Sharps Container and Controlled Substance Disposal Services
ID: 36C24225Q0488Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Hazardous Waste Collection (562112)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for reusable sharps container removal and controlled substance disposal services at the Buffalo, Batavia, and Stratton (Albany) VA Medical Centers in New York. The contract, valued at approximately $47 million, will span from June 1, 2025, to May 31, 2030, and requires contractors to manage the safe removal, transportation, and disposal of sharps waste and controlled substances generated after patient administration. This procurement is critical for maintaining a safe healthcare environment and ensuring compliance with health and safety regulations. Interested vendors must submit their quotes by May 14, 2025, to Daniel Zielinski at daniel.zielinski@va.gov, and are reminded to acknowledge all amendments to the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is announcing a presolicitation notice for sharps disposal services required by the Western New York Healthcare System and the Stratton VA Medical Center. The contract will cover reusable sharps removal and disposal services from June 1, 2025, to May 31, 2026, with four optional years available. Services will be performed at three locations: the Buffalo VA Medical Center, Batavia VA Medical Center, and Stratton VA Medical Center in Albany, New York. The solicitation number is 36C24225Q0488, with a response deadline set for April 23, 2025. Interested parties must respond through SAM.gov, where the solicitation will be posted around the response date. The primary contact for this presolicitation is Contract Specialist Daniel Zielinski, who can be reached via email. This notice serves as a prelude to the formal solicitation process, emphasizing the government’s need for reliable waste management services in healthcare settings to support public health and safety.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for reusable sharps container removal and disposal services at three VA Medical Centers: Buffalo, Batavia, and Albany. The contract, effective from June 1, 2025, to May 31, 2030, is valued at approximately $47 million. The scope of work includes the provision and service of reusable sharps containers, safe disposal of sharps waste, and controlled substance removal, as well as adherence to various regulatory requirements (e.g., JACHO, EPA). Contractors are expected to provide a full-service sharps program, including container installation, pick-up scheduling, and compliance with environmental regulations. Additionally, the contractor must ensure that its personnel undergo extensive training and meet safety standards. Invoices are to be submitted electronically, and there are clear guidelines on container usage, collection frequency, and record-keeping. The document highlights the VA's commitment to safety, regulatory compliance, and support for small businesses, particularly veteran-owned enterprises. The bid evaluation will consider the contractor’s compliance with federal standards and their engagement with certified small businesses, reflecting the VA's objectives in promoting socio-economic inclusivity.
    The Department of Veterans Affairs is soliciting bids for a contract to provide reusable sharps container removal and controlled substance disposal services across three VA Medical Centers in New York from June 1, 2025, to May 31, 2030. The contract involves servicing sharps containers at the Buffalo, Batavia, and Stratton (Albany) locations, with specific pickup frequencies based on the facility's needs. Services include full on-site management of sharps containers, ensuring safe removal, transportation, and disposal in compliance with health and safety regulations. Additionally, controlled substances will be collected monthly from Buffalo and Batavia, emphasizing security and proper destruction methods. The contractor will be responsible for maintaining a schedule, providing safety training records, and managing container inventory, which includes an estimated total of 1,225 containers between all locations. The contracting scope also adheres to federal acquisition standards, highlighting commitments to use service-disabled veteran-owned and veteran-owned small businesses where possible. Ultimately, this procurement underscores the VA’s dedication to providing safe healthcare environments while ensuring compliance with various regulatory agencies.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office (NCO) 2. The primary purpose of the amendment is to correct an administrative error by adding the Indefinite Delivery Indefinite Quantity (IDIQ) minimum price and ceiling price to the solicitation document. It outlines the processes for offerors to acknowledge receipt of the amendment, emphasizing that timely acknowledgment is critical to avoid rejection of offers. The document also provides specific details such as the Contract ID Code, the address for the issuing office, and contacts for the contractor and contracting officer. This amendment updates key administrative information without altering other terms and conditions of the contract. It serves to ensure that all parties have the correct information for compliance and transparency during the procurement process.
    The document pertains to an amendment of a solicitation issued by the Department of Veterans Affairs (VA), specifically concerning controlled substance waste disposal services. The amendment extends the deadline for receipt of offers to May 14, 2025. It clarifies that the services solicited do not involve handling or disposing of DEA-controlled substances that remain in the VA's inventory. Instead, the service requirement focuses on waste generated after the administration of controlled substances to patients. Additionally, the amendment addresses vendor inquiries, affirming the parameters of the CsRx program and the scope of services required, thereby enhancing vendor understanding and compliance. The document serves to keep potential contractors informed and engaged in the bidding process for federal service contracts while ensuring adherence to regulatory stipulations regarding controlled substances disposal.
    The document presents Wage Determination No. 2015-4143 under the Service Contract Act, indicating required minimum wage rates for various occupations in designated New York counties. Contracts initiated after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must follow Executive Order 13658 with a minimum of $13.30 per hour. The file includes an expansive list of occupational codes and corresponding wage rates, emphasizing the need for contractors to adhere to these pay standards and provide specific fringe benefits. It also mentions compliance with paid sick leave under Executive Order 13706 and outlines conformance procedures for unlisted job classifications. The comprehensive nature of the document highlights the government’s commitment to ensuring fair labor practices in federal contracting, reinforcing required worker protections and compensation in relation to various labor standards and executive orders.
    The document is a Wage Determination from the U.S. Department of Labor, detailing the minimum wage requirements for contracts subject to the Service Contract Act (SCA). It highlights the applicable wage rates following Executive Orders 14026 and 13658 for workers performing covered services, specifically indicating rates of $17.75 for contracts starting or renewed after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The determination specifies wage rates for various occupations across New York Counties of Erie and Niagara, addressing categories such as administrative, automotive, health, and technical occupations, with defined fringe benefits including health and welfare payments. Additionally, the document emphasizes worker protections related to paid sick leave requirements under EO 13706 and other occupational specifics regarding uniform allowances, hazardous pay, and the conformance process for additional job classifications. This wage determination serves critical insights for federal contractors and agencies by outlining payment standards and compliance requirements necessary for job classifications in government contracts, ensuring fair compensation and protection for workers engaged in federally funded services.
    The document outlines the Wage Determination No. 2015-4181 under the Service Contract Act, specifically for New York Counties of Genesee, Schuyler, Seneca, and Steuben. It specifies minimum wage requirements for contracts subject to Executive Orders 14026 and 13658, mandating contractors to pay covered workers $17.75 per hour or $13.30 per hour based on contract dates relative to January 30, 2022. The document presents a comprehensive wage table detailing rates for various occupations, highlighting fringe benefits such as health and welfare, paid vacation, and holidays. Workers classified under certain job codes may receive higher wages under Executive Orders, ensuring protection and compliance with labor standards. The document also emphasizes the process for classifying unlisted occupations and conforming wage rates through standard forms. Additional guidelines on uniform allowances, sick leave, and hazard pay are included, underscoring the obligations of federal contractors concerning worker rights and equitable compensation. This wage determination is crucial for federal contracting compliance and sets a standard for fair wages across the specified regions.
    Lifecycle
    Similar Opportunities
    S222--VISN 5 Regulated Medical Waste and Sharps Removal Services VISN-Wide Single Award BPA - All VISN 5 VAMCs and CBOCs Will be set aside as Tiered Evaluation including SDVOSB, VOSB and SB IAW VAAR 819.7010.
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide regulated medical waste and sharps removal services for the VA Capitol Health Care Network (VISN 5), which encompasses eight VA Medical Centers and 28 community-based outpatient clinics across Maryland, Washington D.C., West Virginia, and parts of Virginia, Pennsylvania, Ohio, and Kentucky. This procurement will be structured as a single-award Blanket Purchase Agreement (BPA) with an anticipated ordering period of five years, from April 1, 2026, to March 31, 2031, and will prioritize Service-Disabled Veteran-Owned Small Businesses (SDVOSB), followed by Veteran-Owned Small Businesses (VOSB), and then other small businesses. Interested contractors must be registered in the Small Business Administration (SBA) database and the System for Award Management (SAM) prior to contract award, and the government may award the contract based on initial quotes without further discussion. For additional information, prospective offerors can contact Contracting Officer Darren G. Morris at darren.morris2@va.gov.
    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 services including the secure collection, packaging, shipping, and incineration of DEA Schedule Controlled pharmaceutical wastes, adhering to all applicable federal, state, and local regulations. This contract is crucial for maintaining compliance and safety in handling hazardous materials within the healthcare system. Quotes are due by November 26, 2025, at 2:00 PM MT, and interested parties should direct inquiries to Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov.
    S222--Collect & Remove Regulated Medical Waste
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) for the collection and removal of regulated medical waste across multiple locations within the West Texas VA Health Care System and its associated Community Based Outpatient Clinics (CBOCs). The contract, identified as solicitation number 36C25726Q0014, encompasses a range of services including the collection, transportation, processing, and disposal of various types of medical waste, with compliance to federal and local regulations being paramount. This procurement is critical for maintaining health and safety standards within VA facilities, ensuring proper waste management practices are upheld. Interested parties must submit their proposals by November 20, 2025, at 16:00 Central Time, and can direct inquiries to Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or by phone at 254-899-6034.
    S205--Waste and Refuse collection services
    Buyer not available
    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.
    S205--RFQ Amendment 01- 7-17 Nov 2025 Solid Waste 12 Month for FY24 (VA-25-00101624)
    Buyer not available
    The Department of Veterans Affairs is soliciting competitive quotes for solid waste pickup and disposal services at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement involves a 12-month service plan, requiring the contractor to manage waste collection from a government-owned compactor and a contractor-owned front-load container, ensuring compliance with cleanliness and environmental standards. The services will be performed weekly on Wednesdays, with payment contingent upon performance evaluations based on acceptable quality levels for waste removal and container maintenance. Interested parties must submit their quotes by November 13, 2025, at 11:00 AM Central Time, and can contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or 832-213-5875 for further information.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs) Will be set aside as Tiered Evaluation including SDVOSB, VOSB and SB IAW VAAR 819.7010.
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 5 (NCO 5), is seeking qualified contractors to provide municipal solid waste and recycling services for four VA Medical Centers (VAMCs) and their associated Community-Based Outpatient Clinics (CBOCs) located in Washington, DC, and Maryland. This procurement will be structured as a single-award Blanket Purchase Agreement (BPA) with a five-year ordering period from April 1, 2026, to March 31, 2031, and will prioritize Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in Tier 1, Veteran-Owned Small Businesses (VOSB) in Tier 2, and all other small businesses in Tier 3, in accordance with VAAR 819.7010. The services are critical for maintaining proper waste management and recycling practices within the VA facilities, ensuring compliance with environmental standards. Interested contractors must be registered in the System for Award Management (SAM) database and listed in the Small Business Administration (SBA) database, with the response deadline for this presolicitation set for November 20, 2025, at 10:00 AM Eastern Time. For further inquiries, potential offerors can contact Darren G. Morris, the Contracting Officer, at darren.morris2@va.gov.
    S222--Hazardous Waste and Non-Hazardous Waste Disposal Services Kansas City Veteran Affairs Medical Center (KCVAMC)
    Buyer not available
    The Department of Veterans Affairs, specifically the VISN 15 Network Contracting Office, is seeking qualified contractors to provide Hazardous Waste and Non-Hazardous Waste Disposal Services at the Kansas City Veteran Affairs Medical Center (KCVAMC). The procurement includes routine disposal services, annual training for facility employees on waste handling, and compliance with all relevant federal, state, and local regulations, including those set by the EPA and DOT. This contract is critical for ensuring the safe and compliant management of various waste types, including hazardous, pharmaceutical, and dual hazardous wastes, while also requiring spill response capabilities and a centralized waste tracking system. Interested parties must submit their responses, including company information and capabilities, by December 1, 2025, at 10:00 AM CT, to Leslie Ross at leslie.ross2@va.gov.
    V127--FY26 VISN 2 Upstate New York Armored Car Services B 4
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide armored car services for VISN 2 Upstate New York, with an estimated start date in January 2026. The contractor will be responsible for the pick-up and delivery of cash and monetary documents, including change orders and deposits, across multiple VA Medical Centers, requiring armed guards and armored vehicles while adhering to strict security and insurance standards. This procurement is crucial for ensuring secure financial transactions within the VA system, and interested parties, particularly small businesses, must submit a capability statement and relevant documentation to Contract Specialist Tiffany Vazquez-Simon by November 20, 2025, at 10:00 AM ET, as part of the market research process for potential future solicitation.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs) Will be set aside as Tiered Evaluation including SDVOSB, VOSB and SB IAW VAAR 819.7010.
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 5 (NCO 5), is seeking qualified contractors to provide Municipal Solid Waste and Recycling Services for four VA Medical Centers (VAMCs) and their associated Community-Based Outpatient Clinics (CBOCs) in West Virginia. This procurement will be executed as a Single Award Firm Fixed Unit Price Blanket Purchase Agreement, with an anticipated ordering period spanning five years from April 1, 2026, to March 31, 2031, and will prioritize Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in Tier 1, Veteran-Owned Small Businesses (VOSB) in Tier 2, and all other small businesses in Tier 3, in accordance with VAAR 819.7010. Interested contractors must be registered in the System for Award Management (SAM) database and listed in the Small Business Administration (SBA) database, with the response deadline set for November 20, 2025. For further inquiries, potential offerors can contact the contracting officer, Darren G. Morris, at darren.morris2@va.gov.
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking bids for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to procure operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. The procurement includes a wide range of packaging materials such as resealable bags, corrugated boxes, durable mailers, bubble wrap, and ancillary items like tape and plastic barcoded zip ties, all of which are essential for the efficient operation of federal pharmacy facilities. Interested vendors must submit samples for compliance testing and are required to respond to the solicitation, which is expected to be posted on SAM.gov around November 25, 2025, with a closing date of December 29, 2025, at 5 PM CDT. For further inquiries, vendors can contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov.