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--Waste Removal Services Battle Creek
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for Waste Removal Services at the Battle Creek VA Medical Center. This procurement aims to establish a firm fixed-price contract for general waste removal and recycling services, covering various trash and recycling needs across multiple buildings on the campus. The contract will span a base year from January 1, 2026, to December 31, 2026, with two optional years for 2027 and 2028, and is critical for maintaining a clean and safe environment for veterans and staff. Interested offerors must submit their proposals by December 23, 2025, at 9:00 AM EST, and direct any questions to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov.
    S222--FY26 Medical Waste Removal Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the FY26 Medical Waste Removal Services at the Southeast Louisiana Veterans Healthcare System in New Orleans, LA. This procurement, which is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires contractors to provide comprehensive medical waste disposal services, including regulated medical waste, chemotherapy waste, and pharmaceutical waste, along with necessary maintenance and repair of housekeeping equipment. The contract will span from January 1, 2026, to December 31, 2030, with proposals due electronically by December 19, 2025, at 1:00 p.m. CST. Interested parties should contact Christopher Rossi at christopher.rossi2@va.gov for further details and are encouraged to attend a mandatory site visit on December 12, 2025, at 10:00 a.m. CST.
    S222--DEA Hazardous Drug Waste Removal and Disposal - Eastern Colorado VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for DEA Hazardous Drug Waste Removal and Disposal services for the Eastern Colorado VA Health Care System, specifically at the Rocky Mountain Regional VA Medical Center in Aurora, Colorado. The procurement aims to establish a comprehensive waste management system that includes the secure collection, transportation, and incineration of hazardous pharmaceutical wastes, ensuring compliance with federal, state, and local regulations. This service is critical for maintaining safety and regulatory compliance in the handling of controlled substances within VA facilities. Quotes are due by December 19, 2025, at 2:00 PM MST, and interested parties should contact Contracting Officer Noaa Lanotte at Noaa.Lanotte@va.gov for further information.
    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.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA West Virginia VAMCs Only (4 VAMCs & 17 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) for Municipal Solid Waste and Recycling Services specifically for VISN 5 facilities in West Virginia, which includes four VA Medical Centers (VAMCs) and seventeen Community-Based Outpatient Clinics (CBOCs). The procurement aims to establish a single-award, firm-fixed-unit-price BPA that will cover the collection, transportation, and disposal of municipal solid waste, industrial waste, and construction debris, alongside a comprehensive recycling program that emphasizes education and outreach. This initiative is crucial for maintaining environmental standards and efficient waste management within the VA facilities. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes by January 22, 2026, with questions due by January 8, 2026. For further inquiries, contact Darren G. Morris at darren.morris2@va.gov.
    S205--VISN 5 Municipal Solid Waste & Recycling Single Award BPA Washington DC and Maryland VAMCs Only (4 VAMCs & 13 CBOCs) Set aside as Tiered Evaluation including SDVOSB, VOSB and SB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for municipal solid waste disposal and recycling services across its VISN 5 facilities in Maryland and Washington D.C. The procurement aims to establish a single-award, firm-fixed-unit-price BPA that emphasizes a value-engineered approach to maximize recycling and minimize landfill use, with a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), and Small Businesses. This contract is crucial for maintaining effective waste management and recycling programs at various VA Medical Centers and Community-Based Outpatient Clinics, ensuring compliance with federal, state, and local regulations. Interested contractors must submit their quotes by January 20, 2026, and direct any questions to Darren G. Morris at darren.morris2@va.gov.
    Pharmaceutical Repackaging Services for National CMOP (770)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for pharmaceutical repackaging services for the National Consolidated Mail Outpatient Pharmacy (CMOP) program. The contract, identified as 36C77026R0004, is a firm-fixed-price, indefinite-delivery agreement intended to support the repackaging of government-purchased oral solid pharmaceuticals into various bottle sizes for distribution to over 7 million veterans. The contract spans a five-year ordering period from February 1, 2026, to January 31, 2031, with a potential six-month extension, and has a minimum value of $20 million and a maximum value of $125 million. Interested contractors should contact Renee Kreutzer at renee.kreutzer@va.gov for further details and must submit their proposals by the specified deadlines, ensuring compliance with all relevant regulations and standards.
    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.
    R614--Shredding service Providence VAMC Providence RI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a contractor to provide shredding and document destruction services for the Providence VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs) in Rhode Island. The procurement involves a firm fixed-price contract for non-personnel services, covering a base year from March 1, 2026, to February 28, 2027, with four optional one-year extensions, emphasizing compliance with VA Directive 6371, HIPAA, and Privacy Act regulations. This initiative is crucial for ensuring the secure handling and destruction of sensitive information, including personally identifiable information (PII) and protected health information (PHI), thereby reinforcing the VA's commitment to data security. Interested contractors should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details, with an estimated total contract value of $16.5 million over the potential duration of the contract.
    FY23 Medivator Service Contract 36C24223C0066 - Multi Site Requirement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a service contract for preventative maintenance and coverage on Medivators Endoscope Reprocessor Units at multiple locations, including the Albany VAMC, Rochester VA Outpatient Clinic, and Buffalo VAMC. The contract, identified as 36C24223C0066, is specifically justified for other than full and open competition and is awarded to STERIS Corporation, which specializes in medical equipment maintenance and repair. The importance of this service lies in ensuring the operational efficiency and reliability of critical medical equipment used in patient care. Interested parties can reach out to Michael Estep at michael.estep2@va.gov or (518) 626-7218 for further details regarding this opportunity.